+ All Categories
Home > Documents > Canada - buyandsell.gc.ca - Buyandsell.gc.ca

Canada - buyandsell.gc.ca - Buyandsell.gc.ca

Date post: 08-Mar-2023
Category:
Upload: khangminh22
View: 0 times
Download: 0 times
Share this document with a friend
104
1 1 Public Works and Government Services Canada Travaux publics et Services gouvernementaux Canada RETURN BIDS TO: Title - Sujet RETOURNER LES SOUMISSIONS À: Réception des soumissions - TPSGC / Bid Receiving - PWGSC 1550, Avenue d'Estimauville 1550, D'Estimauville Avenue Québec Québec G1J 0C7 Solicitation No. - N° de l'invitation F.O.B. - F.A.B. Client Reference No. - N° de référence du client GETS Ref. No. - N° de réf. de SEAG PW-$QCL-036-16036 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME Solicitation Closes - L'invitation prend fin Time Zone INVITATION TO TENDER Heure Avancée de l'Est HAE Fuseau horaire APPEL D'OFFRES Tender To: Public Works and Government Services Canada Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Gagnon, Mathieu Telephone No. - N° de téléphone FAX No. - N° de FAX (418) 649-2883 ( ) (418) 648-2209 Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: PÊCHES ET OCÉANS CANADA - GCC NGCC GARDE COTE-03 101 BOUL.CHAMPLAIN QUEBEC Québec G1K7Y7 Canada Issuing Office - Bureau de distribution TPSGC/PWGSC 601-1550, Avenue d'Estimauville Québec Québec G1J 0C7 at - à 02:00 PM 2014-08-18 on - le Comments - Commentaires Soumission aux: Travaux Publics et Services Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici et sur toute feuille ci-annexée, au(x) prix indiqué(s). We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor. QCL-4-37092 (036) GC-03 CALE SÈCHE F3032-14N435/A F3032-14-N435 Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Buyer Id - Id de l'acheteur qcl036 Date 2014-07-30 Delivery Required - Livraison exigée Delivery Offered - Livraison proposée Vendor/Firm Name and Address Signature Date Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Instructions: See Herein Instructions: Voir aux présentes Voir Doc. Raison sociale et adresse du fournisseur/de l'entrepreneur Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur Page 1 of - de 65 Canada
Transcript

1 1Public Works and Government Services Canada

Travaux publics et Services gouvernementaux Canada

RETURN BIDS TO: Title - SujetRETOURNER LES SOUMISSIONS À:Réception des soumissions - TPSGC / Bid Receiving - PWGSC1550, Avenue d'Estimauville1550, D'Estimauville AvenueQuébecQuébecG1J 0C7

Solicitation No. - N° de l'invitation

F.O.B. - F.A.B.

Client Reference No. - N° de référence du client GETS Ref. No. - N° de réf. de SEAGPW-$QCL-036-16036

File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME

Solicitation Closes - L'invitation prend fin Time Zone

INVITATION TO TENDERHeure Avancée de l'EstHAE

Fuseau horaire

APPEL D'OFFRESTender To: Public Works and Government Services Canada

Plant-Usine: Destination: � Other-Autre:

Address Enquiries to: - Adresser toutes questions à:

Gagnon, MathieuTelephone No. - N° de téléphone FAX No. - N° de FAX

(418) 649-2883 ( ) (418) 648-2209Destination - of Goods, Services, and Construction:

Destination - des biens, services et construction:

PÊCHES ET OCÉANS CANADA - GCCNGCC GARDE COTE-03101 BOUL.CHAMPLAINQUEBECQuébecG1K7Y7Canada

Issuing Office - Bureau de distributionTPSGC/PWGSC601-1550, Avenue d'EstimauvilleQuébecQuébecG1J 0C7

at - à 02:00 PM2014-08-18on - le

Comments - Commentaires

Soumission aux: Travaux Publics et Services Gouvernementaux CanadaNous offrons par la présente de vendre à Sa Majesté laReine du chef du Canada, aux conditions énoncées ouincluses par référence dans la présente et aux annexesci-jointes, les biens, services et construction énumérésici et sur toute feuille ci-annexée, au(x) prix indiqué(s).

We hereby offer to sell to Her Majesty the Queen in right ofCanada, in accordance with the terms and conditions setout herein, referred to herein or attached hereto, the goods,services, and construction listed herein and on any attachedsheets at the price(s) set out therefor.

QCL-4-37092 (036)

GC-03 CALE SÈCHE

F3032-14N435/A

F3032-14-N435

Vendor/Firm Name and AddressRaison sociale et adresse dufournisseur/de l'entrepreneur

Buyer Id - Id de l'acheteurqcl036

Date 2014-07-30

Delivery Required - Livraison exigée Delivery Offered - Livraison proposée

Vendor/Firm Name and Address

Signature Date

Nom et titre de la personne autorisée à signer au nom du fournisseur/de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Name and title of person authorized to sign on behalf of Vendor/Firm(type or print)

Instructions: See Herein

Instructions: Voir aux présentes

Voir Doc.

Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N° de téléphoneFacsimile No. - N° de télécopieur

Page 1 of - de 65Canada

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION

1.1 Introduction1.2 Summary

PART 2 - BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions2.2 Submission of Bids2.3 Enquiries - Bid Solicitation2.4 Applicable Laws2.5 Bidders' Conference 2.6 Viewing - Vessel 2.7 Work Period2.8 Docking Facility2.9 List of Proposed Subcontractors (not used)2.10 Quality Control Plan 2.11 Inspection and Test Plan (not used)2.12 Vessel Refit, Repair or Docking - Cost

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures4.2 Basis of Selection4.3 Public Bid Opening

PART 5 - CERTIFICATIONS

5 1 Generality5.2 Mandatory Certifications Required Precedent to Contract Award5.3 Additional Certifications Precedent to Contract Award

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 Security Requirement (not used)6.2 Financial Security Requirement6.3 Accommodation (not used)6.4 Parking (not used)6.5 Material and Supply Support (not used)6.6 Workers' Compensation - Letter of Good Standing6.7 Welding Certification6.8 Valid Labour Agreement6.9 Work Schedule and Reports6.10 Fueling and De-fueling Crown Vessels (not used)6.11 ISO 9001:2008 - Quality Management Systems

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 2 of - de 65

6.12 Environmental Protection6.13 Insurance Requirement

PART 7 - RESULTING CONTRACT CLAUSES

1. Requirement 2. Standard Clauses and Conditions3. Security Requirement 4. Term of Contract5. Authorities6. Payment7. Invoicing Instructions8. Certifications 9. Applicable Laws10. Priority of Documents11. Insurance Requirements12. Financial Security (not used)13. Accommodation (not used)14. Parking (not used)15. Sub-contract and Sub-contractor List (not used)16. Work Schedule and Reports17. Insulation Materials - Asbestos Free18. Loan of Equipment - Marine19. Trade Qualifications20. Material and Supply Support (not used)21. ISO 9001:2008 - Quality Management Systems22. Quality Control Plan 23. Welding Certification24. Environmental Protection25. Fueling and De-fueling a Crown Vessel (Not used)26. Procedure for Design Change or Additional Work27. Equipment/Systems: Inspection/Test28. Inspection and Test Plan 29. Vessel Custody 30. Vessel Unmanned Refits31. Pre-fit Meeting32. Meetings33. Outstanding Work and Acceptance34. Licensing35. Hazardous Waste36. Government Site Regulations37. Scrap and Waste Material38. Stability and Weight Management39. Vessel - Access by Canada40. Title to Property41. Defence Contract42. Limitation of Contractor's Liability for Damages to Canada

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 3 of - de 65

List of Annexes:

Annex A Technical Specification Annex B Basis of PaymentAnnex C Insurance Requirements Annex D Inspection/Quality Assurance/Quality ControlAnnex E WarrantyAnnex F Vessel CustodyAppendix 1 of Annex F Acceptance CertificateAnnex G Security Requirements Check List (not used)Annex H Project Management Services (not used)Annex I Financial Bid Presentation SheetAppendix 1 to Annex I Price Data Sheet

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 4 of - de 65

PART 1 - GENERAL INFORMATION

1.1 Introduction

The bid solicitation and resulting contract document is divided into seven parts plus annexes as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bidsolicitation and states that the Bidder agrees to be bound by the clauses and conditionscontained in all parts of the bid solicitation;

Part 3 Bid Preparation Instructions: provides bidders with instructions on how to prepare their bid;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted,the evaluation criteria that must be addressed in the bid, if applicable, and the basis of selection;

Part 5 Certifications: includes the certifications to be provided;

Part 6 Security, Financial and Other Requirements: includes specific requirements that must beaddressed by bidders; and

Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resultingcontract.

The Annexes include the Requirement, the Basis of Payment and other annexes.

1.2 Summary

(i) The requirement is:

a) to carry out the docking, maintenance and alterations of the Canadian Coast Guard Ship (C.C.G.S.)Garde Côte 03 in accordance with the associated Technical Specifications attached as Annex A.

b) to carry out any approved unscheduled work not covered in paragraph a) Above.

(ii) The requirement is exempt from the provisions of the World Trade Organization Agreement onGovernment Procurement (WTO-AGP), Annex 4 and the North American Free Trade Agreement(NAFTA), Chapter Ten Annex 1001.2b Paragraph 1, however, it is subject to the Agreement onInternal Trade (AIT) and will be limited to suppliers in Eastern Canada in accordance withShipbuilding, Refit, Repair and Modernization Policy (1996-12-19).

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 5 of - de 65

PART 2 - BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are setout in the Standard Acquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual)issued by Public Works and Government Services Canada.

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bidsolicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2014-06-26) Standard Instructions - Goods or Services - Competitive Requirements, areincorporated by reference into and form part of the bid solicitation.

2.2 Submission of Bids

Bids must be submitted only to Public Works and Government Services Canada (PWGSC) BidReceiving Unit by the date, time and place indicated on page 1 of the bid solicitation.

2.3 Enquiries - Bid Solicitation

All enquiries must be submitted in writing to the Contracting Authority no later than five (5)calendar days before the bid closing date. Enquiries received after that time may not beanswered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation towhich the enquiry relates. Care should be taken by bidders to explain each question in sufficientdetail in order to enable Canada to provide an accurate answer. Technical enquiries that are ofa "proprietary " nature must be clearly marked "proprietary" at each relevant item. Itemsidentified as proprietary will be treated as such except where Canada determines that the enquiryis not of a proprietary nature. Canada may edit the questions or may request that the Bidder doso, so that the proprietary nature of the question is eliminated, and the enquiry can be answeredwith copies to all bidders. Enquiries not submitted in a form that can be distributed to all biddersmay not be answered by Canada.

2.4 Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the partiesdetermined, by the laws in force in the Province of Quebec.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of theirchoice without affecting the validity of their bid, by deleting the name of the Canadian province orterritory specified and inserting the name of the Canadian province or territory of their choice. If nochange is made, it acknowledges that the applicable laws specified are acceptable to the bidders.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 6 of - de 65

2.5 Bidders' Conference (Not mandatory)

A bidders' Conference chaired by the Contracting Authority will be convened at the Hovercraft Base,7100 du Pont street, Trois-Rivières, G9A 6M2 at 2:00pm on August 7th 2014.

It is recommended that the Bidder or a representative of the Bidder attend the Bidders’ Conference inorder to review the Scope of the Work required and to receive additional information and clarifications.Bidders are to communicate with the Contracting Authority prior to the conference to confirm attendance. Bidders that do not attend are not precluded from submitting a bid. Bidders are to provide theContracting Authority with the names of their representatives no later than two days prior to theconference. The Contracting Authority will have an attendance form which is to be signed by the Bidder'srepresentative(s) in attendance. Bidders are advised that any clarifications or changes resulting from theBidder’s conference and/or the subsequent viewing of the vessel, shall be included as an amendment tothe bid solicitation document.

2.6 Viewing - Vessel (Not mandatory)

A vessel visit will be held immediately after the bidders’ Conference. The vessel will be moored in theport of Trois-Rivière at Section 03.

2.7 Work Period

Work is to commence and be completed as follows:Commence: August 25th, 2014Complete: September 19th, 2014

The Bidder agrees through submission of its response to the bid solicitation that the above time frameprovides an adequate period to perform the subject work and absorb a reasonable amount ofunscheduled work; and further, that they have sufficient material and human resources allocated oravailable to complete the subject work and a reasonable amount of unscheduled work within the Workperiod.

2.8 Docking Facility

Before award of Contract, the successful Bidder may be required to demonstrate to the satisfaction ofCanada that the certified capacity of the dry docking facility to be used for the work is adequate for theanticipated loading as specified in the related dry docking plans and other documents. The successfulBidder will be notified in writing and be allowed a reasonable period of time to provide detailed keel blockload distribution sketches and blocking stability considerations, along with the supporting calculations toclearly show the adequacy of the proposed docking arrangement.

At bids closing date the Bidder must provide current (providing there is no end date on the certificatesubmitted, then it is to have been issued within the past two years) and valid certification of the capacityand condition of the docking facility to be used for the Work.

Although a dry docking facility may have a total capacity greater than the vessel to be docked, theweight distribution of the vessel may cause individual block loading to be exceeded. Also, while thephysical dimensions of a dry docking facility may indicate acceptability for docking of a specific vessel,other limitations such as spacing of rails on a marine railway, concrete piers of abutments adjoining thedry dock may, in fact, preclude the facility from being considered as a possible dry docking site.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 7 of - de 65

2.9 List of Proposed Sub-contractors

(Not used)

2.10 Quality Plan - Solicitation

At bids closing date the Bidder shall provide an example of its Quality Plans applied to similar formerprojects. The Plan must be in the same format that will be used after award of contract.

2.11 Inspection and Test Plan

(Not used)

2.12 Vessel Refit, Repair or Docking - Cost

All charges, fees expenses and disbursements incidental to the carrying out of the Work, including allitems described in Supplemental General Conditions 1029 (2010-08-16) Ship Repair, section (07), areincluded in the Evaluation Price (and in the Contract Price under the Contract), including, withoutlimitation:

1. Services: include all costs for ship services such as water, steam, electricity, etc.,required for vessel maintenance for the duration of the Contract.

2. Docking and Undocking include:

(a) all costs resulting from drydocking, wharfage, security, shoring, shifting and/ormoving of the vessel within the successful Bidder's facility;

(b) the cost of services to tie up the vessel alongside and to cast off.

Unless specified otherwise, the vessel will be delivered by Canada to the successful Bidder's facility alongside a mutually agreed safe transfer point, afloat and upright, andthe successful Bidder will do the same when the Work is completed. The cost ofservices to tie up the vessel alongside and to cast off is included in the EvaluationPrice

3. Field Service Representatives/Supervisory Services: include all costs for fieldservice representatives/supervisory services including manufacturers' representatives,engineers, etc.

4. Removals: include all costs for removals necessary to carry out the Work and will be theresponsibility of the successful Bidder whether or not they are identified in thespecifications, except those removals not apparent when viewing the vessel orexamining the drawings. The successful Bidder will also be responsible for safe storageof removed items and reinstalling them on completion of the Work. The successfulBidder will be responsible for renewal of components damaged during removal.

5. Sheltering, Staging, Cranage and Transportation: include the cost of all sheltering,staging including handrails, cranage and transportation to carry out the Work asspecified.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 8 of - de 65

The successful Bidder will be responsible for the cost of any necessary modification ofthese facilities to meet applicable safety regulations.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 9 of - de 65

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions

3.1.1 Canada requests that bidders provide their bid in separately bound sections as follows:

Section I: Management Bid (1 hard copy)Section II: Financial Bid (1 hard copy)Section III: Certifications Requirements (1 hard copy)

Prices must appear in the financial bid only (Annex I) and Appendix 1 to Annex I. No prices mustbe indicated in any other section of the bid.

Canada requests that bidders follow the format instructions described below in the preparation of theirbid:

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper;(b) use a numbering system that corresponds to the bid solicitation.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessarysteps to incorporate environmental considerations into the procurement process Policy on GreenProcurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html). Toassist Canada in reaching its objectives, bidders are encouraged to :

1) use paper containing fibre certified as originating from a sustainably-managed forest and/or containing minimum 30% recycled content; and

2) use an environmentally-preferable format including black and white printing instead of colourprinting, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

Section I: Management Bid

The Management Bid should be concise and should include all the certifications and other requirementsas noted in Parts 4 and 6.

Section II: Financial Bid

Bidders must submit their financial bid in accordance with the Financial Bid Presentation Sheet Annex Iand the detailed Pricing Data Sheet, Appendix 1 to Annex I. The total amount of Goods and ServicesTax or Harmonized Sales Tax is to be shown separately, if applicable.

Section III: Certification Requirements

Bidders must submit the certifications required under Part 5.

3.1.2 Unscheduled Work and Evaluation Price

In any vessel refit, repair or docking contract, unscheduled work will arise after the vessel and itsequipment is opened up and surveyed. The anticipated cost of the Work will be included in theevaluation of bids. The overall total cost will be calculated by including an estimated amount of

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 10 of - de 65

additional person-hours (and/or material) multiplied by a firm hourly charge-out labour rate and is addedto the firm price for the Work.

The overall total referred to as the "Evaluation Price" will be used for evaluating the bids. The estimatedwork will be based on historical experience and there is no minimum or maximum amount ofunscheduled work nor is there a guarantee of such work.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 11 of - de 65

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures

(a) Bids will be assessed in accordance with the entire requirement of the bid solicitationincluding the technical, management and financial evaluation criteria specified below.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1 Financial Bid

Bidders must submit their financial bid in accordance with the Financial Bid Presentation SheetAnnex “I” and the detailed Pricing Data Sheet, Appendix 1 to Annex “I”. The total amount ofGoods and Services Tax or Harmonized Sales Tax is to be shown separately, if applicable.

4.1.2 Mandatory Criteria

Bids will be assessed in accordance with the entire requirement of the bid solicitation includingcompliance with the mandatory certifications and table of deliverable requirements as detailed inParts 2, 4, 5 & 6. Only those bids which are found to meet all the mandatory requirements within the specified time frames will be deemed responsive.

4.1.3 Table of Mandatory Requirements to be met by bid closing

Notwithstanding deliverable requirements specified anywhere else within this solicitation and itsassociated Technical Specification, the following are the only mandatory deliverables that must besubmitted with the Bid at the time of bid closing. The following are mandatory and the Bidder mustbe compliant on each item to be considered responsive

Environment Protection as per article 6.11 Part 610

Examples of quality and inspections plans, as per articles 2.10 and 2.11 of Part2

9

Letter or proof of Insurance as per article 6.13 of Part 68

ISO Registration Certificate or Quality Assurance Documentation, as per article6.11 of Part 6.

7

Proof of welding certification, as per clause 6.7 of Part 6;6

Proof of good standing with Worker’s Compensation Board as per clause 6.6 ofPart 6;

5

Docking Facility Certificate, as per clause 2.8 of Part 2;4

Completed Appendix 1 to Annex “I” Pricing Data Sheets3

Completed Annex “I” Financial Bid presentation Sheet2

Solicitation document part 1 page 1 completed and signed;1

Completedand

Attached

DescriptionItem

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 12 of - de 65

4.1.4 Other informations upon request only

The following informations, which supports the bid, may be requested by the ContractingAuthority from the bidder and it must be provided within two (2) working days of the writtenrequest:

Financial Capability and information, as per article 6.2.1 of Part 6.1

To beforwarded ifrequested by

the CA

Completedand

Attached

DescriptionItem

4.1.5 Deliverables after Contract award

10 calendar daysLoan of equipment as per article 7.18, Part 7. 414 calendar daysQuality Control Plan, as per article 7.22, Part 7, and Annex D. 3 3 calendar daysWork Schedule and reports as per article 7.16, Part 7210 calendar daysInsurance Requirements as per article 7.11, Part 71

Doit être fourniaprès

l’attribution duContrat, dans

les

DescriptionÉlément

4.2 Basis of Selection

A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluationcriteria to be declared responsive. The responsive bid with the lowest evaluated price will berecommended for award of a contract.

4.3 Public Bid Opening

A public bid opening will be held in Public Works and Government Services Canada, 601-1550,D’Estimauville Ave., Québec, Qc at 02:00 PM (EDST) on the date show at the first page.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 13 of - de 65

PART 5 - CERTIFICATIONS

5.1 Generality

Bidders must provide the required certifications to be awarded a contract. Canada will declare a bid non-responsive if the required certifications are not completed and submitted as requested.

Compliance with the certifications bidders provide to Canada is subject to verification by Canada duringthe bid evaluation period (before award of a contract) and after award of a contract. The ContractingAuthority will have the right to ask for additional information to verify the bidders' compliance with thecertifications before award of a contract. The bid will be declared non-responsive if any certificationmade by the Bidder is untrue, whether made knowingly or unknowingly. Failure to comply with thecertifications or to comply with the request of the Contracting Authority for additional information will alsorender the bid non-responsive.

5.2 Certifications Precedent to Contract Award

5.2.1 Integrity Provisions - Associated Information

By submitting a bid, the Bidder certifies that the Bidder and its Affiliates are in compliance withthe provisions as stated in Section 01 Integrity Provisions - Bid of Standard Instructions 2003(2014-06-26). The associated information required within the Integrity Provisions will assistCanada in confirming that the certifications are true.

5.3 Additional Certifications Precedent to Contract Award

The certifications listed below should be submitted with the bid but may be completed andsubmitted afterwards. If any of these required certifications is not completed or submitted asrequested, the Contracting Authority will so inform the Bidder and provide the Bidder with a timeframe within which to meet the requirement. Failure to comply with the request of theContracting Authority and meet the requirement within that time period will render the bid-nonresponsive.

5.3.1 Federal Contractors Program for Employment Equity - Bid Certification

By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if theBidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) foremployment equity "FCP Limited Eligibility to Bid" list(http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada (ESDC) - Labour's website.

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of theBidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid “ list at thetime of contract award.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 14 of - de 65

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 Security Requirement

(Not used)

6.2 Financial Requirements

6.2.1 Financial Capability

1. Financial Capability Requirement: The Bidder must have the financial capability to undertakethis requirement. To determine the Bidder's financial capability, the Contracting Authority may,by written notice to the Bidder, require the submission of some or all of the financial informationdetailed below during the evaluation of bids. The Bidder must provide the following informationto the Contracting Authority within five (5) working days of the request or as specified by theContracting Authority in the notice:

(a) Audited financial statements, if available, or the unaudited financial statements(prepared by the Bidder's outside accounting firm, if available, or prepared in-house if noexternal statements have been prepared) for the Bidder's last three fiscal years, or forthe years that the Bidder has been in business if this is less than three years (including,as a minimum, the Balance Sheet, the Statement of Retained Earnings, the IncomeStatement and any notes to the statements).

(b) If the date of the financial statements is more than five months before the date of therequest for information by the Contracting Authority in (a) above, the Bidder must alsoprovide the last quarterly financial statements (consisting of a Balance Sheet and ayear-to-date Income Statement) as of two months before the date on which theContracting Authority requests the information.

(c) If the Bidder has not been in business for at least one full fiscal year, the following mustbe provided:

(i) the opening Balance Sheet on commencement of business (in the case of acorporation, the date of incorporation); and

(ii) the last quarterly financial statements (consisting of a Balance Sheet and ayear-to-date Income Statement) as of two months before to the date on whichthe Contracting Authority requests the information.

(d) A certification from the Chief Financial Officer or an authorized signing officer of theBidder that the financial information provided is complete and accurate.

(e) A confirmation letter from all of the financial institution(s) that have provided short-termfinancing to the Bidder outlining the total of lines of credit granted to the Bidder and theamount of credit that remains available and not drawn upon as of one month prior to thedate on which the Contracting Authority requests this information.

(f) A detailed monthly Cash Flow Statement, covering all the Bidder's activities (includingthe requirement) for the first two years of the requirement that is the subject of the bidsolicitation. This statement must detail the Bidder's major sources and amounts of cashand the major items of cash expenditures on a monthly basis, for all the Bidder's

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 15 of - de 65

activities. All assumptions made should be explained as well as details of how cashshortfalls will be financed.

(g) A detailed monthly Project Cash Flow Statement covering the first two years of therequirement that is the subject of the bid solicitation. This statement must detail theBidder's major sources and amounts of cash and the major items of cash expenditures,for the requirement, on a monthly basis. All assumptions made should be explained aswell as details of how cash shortfalls will be financed.

2. If the Bidder is a joint venture, the financial information required by the Contracting Authoritymust be provided by each member of the joint venture.

3. If the Bidder is a subsidiary of another company, then any financial information required by theContracting Authority in 1. (a) to (f) must be provided by each level of parent company, to andincluding the ultimate parent company. Provision of parent company financial information doesnot satisfy the requirement for the provision of the financial information of the Bidder and thefinancial capability of a parent cannot be substituted for the financial capability of the Bidderitself, unless a duly executed Parental Guarantee is provided with the required information.

4. Financial Information Already Provided to PWGSC: The Bidder is not required to resubmitany financial information requested by the Contracting Authority that is already on file atPWGSC with the Contract Cost Analysis, Audit and Policy Directorate of the Policy, Risk,Integrity and Strategic Management Sector, provided that within the above-noted time frame:

(a) the Bidder identifies to the Contracting Authority in writing the specific information that ison file and the requirement for which this information was provided; and

(b) the Bidder authorizes the use of the information for this requirement.

It is the Bidder's responsibility to confirm with the Contracting Authority that this information isstill on file with PWGSC.

4. Other Information: Canada reserves the right to request from the Bidder any other informationthat Canada requires to conduct a complete financial capability assessment of the Bidder.

5. Confidentiality: Should the Bidder provide the information required above to Canada inconfidence while indicating that the disclosed information is confidential, then Canada will treatthe information in a confidential manner as permitted by the Access to Information Act, R.S.,1985, c. A-1, Section 20(1) (b) and (c).

6. Security: In determining the Bidder's financial capability to undertake this requirement, Canadamay consider any security the Bidder is capable of providing, at the Bidder's sole expense (forexample, an irrevocable letter of credit from a registered financial institution drawn in favour ofCanada, a performance guarantee from a third party or some other form of security, asdetermined by Canada).

6.3 Accommodation

(Not used)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 16 of - de 65

6.4 Parking

(Not used)

6.5 Material and Supply Support

(Not used)

6.6 Workers’ Compensation - Letter of Good Standing

It is mandatory that the Bidder has an account in good standing with the Provincial WorkersCompensation Board/Commission.

At bids closing date the Bidder must submit a certificate or Letter of Good Standing from the applicableWorkers Compensation Board/Commission. Failure to provide this information will render the bid nonresponsive.

6.7 Welding Certification

At bids closing date the Bidder must submit evidence demonstrating its certification to the weldingstandards in accordance with the following:

Welding must be undertaken by a company Certified by the Canadian Welding Bureau (CWB) to therequirements of the following Canadian Standards Association (CSA) standards:

(a) CSA W47.1-03, Certification of Companies for Fusion Welding of Steel Structures with minimumdivision 2.

(b) CSA W47.2-M1987 (R2003), Certification of Companies for Fusion Welding of Aluminium Structureswith minimum division 2.1.

At bids closing date, the Bidder must demonstrate that staff have the necessary qualification for weldingin accordance with welding standards. In addition, welding must be done in accordance with therequirements of the applicable and related drawings and specifications.

6.8 Valid Labour Agreement

If the Bidder has a labour agreement, or other suitable instrument, in place with its unionized labour orworkforce, it must be valid for the proposed period of any resulting contract. At bids closing date theBidder must provide evidence of that agreement.

6.9 Work Schedule and Reports

Three (3) days after Contract award, Bidder must submit to Canada one (1) copy of its preliminaryproduction work schedule. This schedule is to show the commencement and completion dates for theWork in the available work period, including realistic target dates for significant events. This schedulewill be reviewed with the successful Bidder at the Pre-Refit Meeting.

6.10 Fueling and De-fueling Crown Vessels

(Not used)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 17 of - de 65

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 18 of - de 65

6.11 ISO 9001:2000 - Quality Management Systems

At bids closing date the Bidder must provide its current ISO Registration Documentation indicating itsregistration to ISO 9001:2000.

Documentation and procedures of bidders not registered to the ISO standards may be subject to aQuality System Evaluation (QSE) by the Inspection Authority before award of a contract.

6.12 Environmental Protection

At bids closing date the Bidder must submit details of its environmental emergency response plans,waste management procedures and/or formal environmental training undertaken by its employees. Inaddition, the Bidder must submit samples of its processes and procedures pertinent to:

- Specification Item H.D.-8; - Specification Item H.D.-10;- Specification Item H.D.-11;- Specification Item H.D.-15;

6.13 Insurances Requirements

At bids closing date the Bidder must provide a letter from an insurance broker or an insurance companylicensed to operate in Canada stating that the Bidder, if awarded a contract as a result of the bidsolicitation, can be insured in accordance with the Insurance Requirements specified in Annex "C".

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 19 of - de 65

PART 7 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bidsolicitation.

1. Requirement

a) to carry out the docking, maintenance and alterations of the Canadian Coast Guard Ship (C.C.G.S.)Garde Côte 03 in accordance with the associated Technical Specification attached as Annex A.

b) to carry out any approved unscheduled work not covered in paragraph a) Above.

2. Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the StandardAcquisition Clauses and Conditions Manual(https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual)issued by Public Works and Government Services Canada.

2.1 General Conditions

2030, (2014-06-26), General Conditions - Higher Complexity - Goods, apply to and form part of theContract. (with the exception of Article 25 which is deleted in its entirety).

Section 22 of 2030 is amended in Annex E Warranty.

2.2 Supplemental General Conditions

Vessel Out of Commission:1029 (2010-08-16) Ship Repairs, excluding section 08 apply to and form part of the Contract.

3. Security Requirement

There is no security requirement associated with this Statement of Work

4. Term of Contract

4.1 Work Period

Work is to commence and be completed during the Work Period as follows:

Commence: Augsut 25th, 2014Complete: September 19th, 2014

The Contractor agrees that the above time frame provides an adequate period to perform the subjectwork and absorb a reasonable amount of unscheduled work; and further, that it has sufficient materialand human resources allocated or available to complete the subject work and a reasonable amount ofunscheduled work within the Work Period. Canada will not compensate the Contractor for delays thatlengthen the Work Period unless such delay is recognized and agreed upon by the Contracting Authorityas being attributable to Canada, and in that event Canada’s sole liability for the delay shall be the daily

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 20 of - de 65

services fee provided for in the Basis of Payment, Annex “B.” For any other delays, Canada shall havethe remedies provided in this Contract for the Contractor's failure to meet the scheduled delivery dates.

5. Authorities

5.1 Contracting Authority

The Contracting Authority for the Contract is:

Mathieu GagnonSupply Cheif (marine) Public Works and Government Services CanadaEastern Quebec DirectorateMarine Section

Telephone: 418-649-2883Facsimile: 418-648-2209E-mail address: [email protected]

The Contracting Authority is responsible for the management of the Contract and any changes tothe Contract must be authorized in writing by the Contracting Authority. The Contractor must notperform work in excess of or outside the scope of the Contract based on verbal or writtenrequests or instructions from anybody other than the Contracting Authority.

5.2 Technical Authority

The Technical Authority for the Contract is:

Sébastien bélangerVessel Maintenance ManagerTelephone: 418-648-7548Facsimile: 418-648-5247E-mail address: sébastien.bé[email protected]

The Technical Authority is the representative of the department or agency for whom the Work is beingcarried out under the Contract and is responsible for all matters concerning the technical content of theWork under the Contract. Technical matters may be discussed with the Technical Authority; however,the Technical Authority has no authority to authorize changes to the scope of the Work. Changes to thescope of the Work can only be made through a contract amendment issued by the Contracting Authority.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 21 of - de 65

5.3 Inspection Authority/Inspector

The Inspection Authority for the Contract is:

The Canadian Coast guard

The Inspection Authority is the representative of the department or agency for whom the Work is beingperformed under the Contract and is responsible for inspection of the Work and acceptance of thefinished work. The Inspection Authority may be represented on-site by a designated inspector and anyother Government of Canada inspector who may from time to time be assigned in support of thedesignated Inspector.

6. Payment

6.1 Basis of Payment - Firm Price

In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, theContractor will be paid the firm price indicated in Annex B. Goods and Services Tax or HarmonizedSales Tax is extra, if applicable. Payment for unscheduled work will be done in accordance with Basis ofPayment outlined at Annex B.

6.2 Method of Payment

SACC Manual Clause H1000C (2008-05-12) Single Payment

6.3 SACC Manual Clauses

SACC Manual Clause C6000C (2011-05-16) Limitation of PriceSACC Manual Clause H4500C (2010-01-11) Lien - Section 427 of the Bank Act

7. Invoicing Instructions

7.1 Invoicing Instructions - Progress Payment Claim

The Contractor must submit invoices that contain the information required by the Général Conditions2030(2014-06-26) Part 13.

7.2 Invoicing

Invoice to be made to the name of:

Check [email protected] the name of the contact person;; Michelle Turcotte - Tel. 418 648-5930

Mailing AddressPêches et Océans Canada PO Box 1901, STN AFredericton (Nouveau-Brunswick), E3B 5G4

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 22 of - de 65

Credit Card [email protected] the name of th contact person;Michelle Turcotte - Tel. 418 648-5930

Mailing AddressPêches et Océans Canada / Fisheries and Oceans Canada Garde côtière / Coast Guard Ingénierie navale - Marine Engineering 101, boul. ChamplainQuébec, QC, G1K 7Y7

7.3 Warranty Holdback

A warranty holdback of 5% of the total contract price as last amended (applicable taxes exluded)will be applied to the final claim for payment. This holdback will be payable by Canada upon theexpiry of the 90 day warranty period(s) applicable to the work. Applicable taxes are to becalculated and paid on the total amount of the claim before the 5% holdback is applied. At thetime that the holback is released, there will be no applicable taxes payable, as it was included inprevious payments.

8. Certifications

8.1 Compliance with the certifications provided by the Contractor in its bid is a condition of theContract and subject to verification by Canada during the entire contract period. If theContractor does not comply with any certification or it is determined that any certification madeby the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has theright, pursuant to the default provision of the Contract, to terminate the Contract for default.

9. Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, bythe laws in force in ____________.

10. Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording ofthe document that first appears on the list has priority over the wording of any document thatsubsequently appears on the list.

(a) the Articles of Agreement;(b) the Supplemental General Conditions 1029, (2010-08-16), Ship Repairs;(c) the General Conditions 2030, (2014-06-26), General Conditions - Higher Complexity - Goods(d) Annex A, Requirement;(e) Annex B, Basis of Payment;(f) Annex C, Insurance Requirements;(g) Annex D, Inspection/Quality Assurance/Quality Control;(h) Annex E, Warranty;(i) Annex F, Vessel Custody(j) Annex H, Project Management Services(k) the Contractor's bid dated ______ (insert date of bid), as amended_______ (insert date(s) of

amendment(s) if applicable)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 23 of - de 65

11. Insurance Requirements

The Contractor must comply with the insurance requirements specified in Annex C. The Contractor mustmaintain the required insurance coverage for the duration of the Contract. Compliance with theinsurance requirements will not release the Contractor from or reduce its liability under the Contract.

The Contractor is responsible to decide if additional insurance coverage is necessary to fulfill itsobligation under the Contract and to ensure compliance with any applicable law. Any additionalinsurance coverage will be at the Contractor's expense, and for its own benefit and protection.

The Contractor must forward to the Contracting Authority within ten (10) calendar days after the date ofaward of the Contract a Certificate of Insurance including details of the insurance coverage, exclusions,deductibles and conditions and confirming that the insurance policy complying with the requirements is inforce. The Contractor must, if requested by the Contracting Authority, forward to Canada a certified truecopy of all applicable insurance policies.

12. Financial Security

(Not used)

13. Accommodation

(Not used)

14. Parking

(Not used)

15. Sub-contracts and Sub-contractor List

(Not used)

16. Work Schedule and Reports

No later than five (5) calendar days after contract award, the preliminary schedule must be revised andexpanded as necessary and resubmitted before commencement of the Work.

The Contractor must provide a detailed work schedule showing the commencement and completiondates for the Work in the available work period, including realistic target dates for significant events.During the Work Period the schedule is to be reviewed on an ongoing basis by the Inspection Authorityand the Contractor, updated when necessary, and available in the Contractor's office for review byCanada's authorities to determine the progress of the Work.

Production work schedules must be revised and resubmitted before each Progress Meeting. The revisedschedules must show the effect of progressed work and approved work arisings. Changes in scheduledcompletion dates due to unscheduled work will not be accepted except as negotiated under DesignChange or Additional Work, Article 26.

17. Insulation Materials - Asbestos Free

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 24 of - de 65

All materials used to insulate or re-insulate any surfaces on board the vessel must meet TransportCanada Marine standards, for commercial marine work, and, for all work, be free from asbestos in anyform. The Contractor must ensure that all machinery and equipment located below or adjacent tosurfaces to be re-insulated are adequately covered and protected before removing existing insulation.

18. Loan of Equipment - Marine

The Contractor may apply for the loan of the Government special tools and test equipment particular tothe subject vessel as identified in the Specifications. The provision of other equipment required for theexecution of work in the Specifications is the sole responsibility of the Contractor.

Equipment loaned under this provision must be used only for work under this Contract and may besubject to demurrage charges if not returned on the date required by Canada. In addition, equipmentloaned under the above provision must be returned in a like condition, subject to normal wear and tear.

A list of Government equipment that the Contractor intends to request must be submitted to theContracting Authority within ten (10) calendar days days of Contract Award to permit timely supply or foralternate arrangements to be made. The request must state the time frame for which the equipment isrequired.

19. Trade Qualifications

The Contractor must use qualified, certificated (if applicable) and competent tradespeople andsupervision to ensure a uniform high level of workmanship. The Inspection Authority may request to viewand record details of the certification and/or qualifications held by the Contractor’s tradespeople. Thisrequest should not be unduly exercised but only to ensure qualified tradespeople are on the job

20. Material and Supply Support

(Not used)

21. ISO 9001:2000 - Quality Management Systems

21.1 In the performance of the Work described in the Contract, the Contractor must comply with therequirements of:

ISO 9001:2000 - Quality management systems - Requirements, published by the InternationalOrganization for Standardization (ISO), current edition at date of submission of the Contractor'sbid with the exclusion of the following requirement: 7.3 Design and development

It is not the intent of this clause to require that the Contractor be registered to the applicablestandard; however, the Contractor’s quality management system must address each requirementcontained in the standard.

21.2 Assistance for Government Quality Assurance (GQA):

The Contractor must provide the Inspection Authority with the accommodation and facilitiesrequired for the proper accomplishment of GQA and must provide any assistance required by theInspection Authority for evaluation, verification, validation, documentation or release of product.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 25 of - de 65

The Inspection Authority must have the right of access to any area of the Contractor's orSubcontractor's facilities where any part of the Work is being performed. The InspectionAuthority must be afforded unrestricted opportunity to evaluate and verify Contractor conformitywith Quality System procedures and to validate product conformity with contract requirements.The Contractor must make available, for reasonable use by the Inspection Authority, theequipment necessary for all validation purposes. Contractor personnel must be made availablefor operation of such equipment as required.

When the Inspection Authority determines that GQA is required at a subcontractor's facilities, theContractor must provide for this in the purchasing document and forward copies to the InspectionAuthority, together with relevant technical data as the Inspection Authority may request.

The Contractor must notify the Inspection Authority of non-conforming product received from asubcontractor when the product has been subject to GQA.

22. Quality Control Plan

The Contractor must implement and follow the Quality Control Plan (QCP) prepared according to thelatest issue (at contract date) of ISO 10005 Quality management - Guidelines for quality plans., approved by the Inspection and Technical Authorities. The QCP shall describe how the Contractor willconform to the specified quality requirements of the Contract and specify how the required qualityactivities are to be carried out, including quality assurance of subcontractors. The Contractor mustinclude a traceability matrix from the elements of the specified quality requirements to the correspondingparagraphs in the QCP.

The documents referenced in the QCP shall be made available when requested by the InspectionAuthority.

The Contractor must make appropriate amendments to the QCP throughout the term of the contract toreflect current and planned quality activities. Amendments to the QCP must be acceptable to theInspection and Technical Authorities.

Refer to Annex “D” for further details on the Quality Control Plan requirements.

23. Welding Certification

Welding must only be undertaken by a company Certified by the Canadian Welding Bureau (CWB) tothe requirements of the following Canadian Standards Association (CSA) standards:

(a) CSA W47.1-03, Certification for Companies for Fusion Welding of Steel Structures division 2(b) CSA W47.2-M1987 (R2003), Certification of Companies for Fusion Welding of Aluminum division

2.1

In addition, welding must be done in accordance with the requirements of the applicable drawings andspecifications.

Before the commencement of any fabrication work, and upon request from the Inspection Authority, theContractor must provide approved welding procedures and/or a list of welding personnel intended to beused in the completion of the work. The list must identify the CWB welding procedure qualificationsattained by each of the personnel listed and must be accompanied by a copy of each person's currentCWB welding certification.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 26 of - de 65

24. Environmental Protection

The Contractor and its sub-contractors engaged in the Work on a Crown vessel must carry out the Workin compliance with applicable municipal, provincial and federal environmental laws, regulations andindustry standards.

The Contractor must have detailed procedures and processes for identifying, removing, tracking, storing,transporting and disposing of all potential pollutants and hazardous material encountered, to ensurecompliance as required above.

All waste disposal certificates are to be provided to the Inspection Authority, with information copies sentto the Contracting Authority. Furthermore, additional evidence of compliance with municipal, provincialand federal environmental laws and regulations is to be furnished by the Contractor to the ContractingAuthority when so requested.

The Contractor must have environmental emergency response plans and/or procedures in place.Contractor and subcontractor employees must have received the appropriate training in emergencypreparedness and response. Contractor personnel engaging in activities which may cause environmentalimpacts or potential non compliance situations, must be competent to do so on the basis of appropriateeducation, training, or experience.

25. Fueling and De-fueling a Crown Vessel

(Not used)

26. Procedure for Design Change or Additional Work

SACC Manual Clause B5007C (2010-01-11) Design Change or Additional Work

26.1 Price Breakdown:

The Contractor must, upon request, provide a price breakdown for all unscheduled work, byspecific activities with trades, person-hours, material, subcontracts and services.

26.2 Pro-rated Prices:

Hours and prices for unscheduled work will be based on comparable historical data applicable tosimilar work at the same facility, or will be determined by pro-rating the quoted work costs in theContract when in similar areas of the vessel.

27. Equipment/Systems: Inspection/Test

Refer to Annex D for details on equipment and systems inspections and testing requirements.

28. Inspection and Test Plan

The Contractor shall, in support of their QCP, implement an approved Inspection & Test Plan (ITP).

The Contractor shall provide at no additional cost to the Crown, all applicable test data, all Contractortechnical data, test pieces and samples as may reasonably be required by the Inspection Authority to

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 27 of - de 65

verify conformance to contract requirements. The Contractor shall forward at his expense such technicaldata, test data, test pieces and samples to such location as the Inspector may direct.

Refer to Annex “D” for details on Inspection and Test Plan Requirements.

29. Vessel Custody

1. This work is going to take place with the vessel “out of commission” and therefore in the “care,control and custody” of the Contractor.

2. An “ACCEPTANCE CERTIFICATE - ASSUMPTION OF CUSTODY OF FEDERAL GOVERNMENTSHIPS BY SHIPYARDS” Appendix 1 of Annex “F” must be completed as required and a copy passed tothe Inspection Authority.

3. To facilitate this turnover, representatives of the Contractor and Canada must confirm the conditionof the vessel.

4. A vessel condition report must be appended to the above noted certificate and must be accompaniedby colour photographs or videos in either conventional or digital format.

5. When the vessel is to be returned to the “care, control and custody” of Canada, an “ACCEPTANCECERTIFICATE - RESUMPTION OF CUSTODY OF FEDERAL GOVERNMENT SHIPS BY THE CLIENTDEPARTMENT” Appendix 2 of Annex “F” must be completed and a signed copy passed to Canada fordistribution.

30. Vessel Unmanned Refits

The vessel will be unmanned during the work period and will be considered to be out-of commission. Thevessel during that period will be in the care or custody of the Contractor and under its control.

31. Pre-Refit Meeting

A Pre-Refit meeting will be convened and chaired by the Contracting Authority at the Contractor’s facilitytwo (2) working days before the commencement of the work period.

32. Meetings

Progress meetings, chaired by the Contracting Authority, will take place at the Contractor's facility as andwhen required, generally once a month. Interim meetings may also be scheduled. Contractor attendeesat these meetings will, as a minimum, be its Contract (Project) Manager, Production Manager(Superintendent) and Quality Assurance Manager. Progress meetings will generally incorporateTechnical meetings to be chaired by the Technical Authority.

33. Outstanding Work and Acceptance

The Inspection Authority, in conjunction with the Contractor, will prepare a list of outstanding work itemstowards the end of the vessel Work Period. This list will form the annexes to the formal acceptancedocument for the vessel. A Contract Completion Meeting will be convened by the Inspector on the workcompletion date to review and sign off the Acceptance Document. In addition to any amount held underthe Warranty Holdback Clause (see section 7.3 above), a holdback of twice the estimated value ofoutstanding work will be held until completion of said work.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 28 of - de 65

The PWGSC-TPSGC 1205 Acceptance Document is to be completed and distribution is to be made bythe Public Works and Government Services Canada Inspection Authority as follows:(a) original to the PWGSC Contracting Authority(b) one copy to the Technical Authority(c) one copy to contractor

34. Licensing

The Contractor must obtain and maintain all permits, licenses and certificates of approval required forthe work to be performed under any applicable federal, provincial or municipal legislation. TheContractor is responsible for any charges imposed by such legislation or regulations. Upon request, theContractor must provide a copy of any such permit, license or certificate to Canada.

35. Hazardous Waste - Vessels

1. The Contractor acknowledges that sufficient information has been provided by Canada withrespect to the location and estimated amount of hazardous materials such as asbestos, lead,PCBs, silica or other hazardous materials or toxic substances.

2. The price includes all costs associated with the removal, handling, storage, disposal and/orworking in the vicinity of hazardous materials such as asbestos, lead, PCBs, silica and otherhazardous materials or toxic substances on board the vessel, including those costs resultingfrom the need to comply with applicable laws and regulations in relation to the removal,handling, disposal or storage of hazardous materials or toxic substances.

3. The completion date for the Work takes into account the fact that the removal, handling, storage,disposal and/or working in the vicinity of hazardous materials such as asbestos, lead, PCBs,silica and other hazardous materials or toxic substances may be affected by the need to complywith applicable laws or regulations and that this will not be considered to be an excusable delay.

36. Government Site Regulations

SACC Manual Clause A9068C (2010-01-11) Government Site Regulations

37. Scrap and Waste Material

SACC Manual Clause A9055D (2010-08-16) Scrap and Waste Material

38. Stability and Weight Management

SACC Manual Clause B6100C (2008-05-12) Stability and Weight Management

39. Vessel - Access by Canada

SACC Manual Clause A9066C (2008-05-12) Vessel - Access by Canada

40. Title to Property - Vessel

SACC Manual Clause A9047C (2008-05-12) Title to Property - Vessel

41. Defence Contract

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 29 of - de 65

SACC Manual Clause A9006C (2012-07-16) Defence Contract 42. Limitation of Contractor's Liability for Damages to Canada

1. This section applies despite any other provision of the Contract and replaces the section of thegeneral conditions entitled "Liability". Any reference in this section to damages caused by theContractor also includes damages caused by its employees, as well as its subcontractors,agents, and representatives, and any of their employees.

2. Whether the claim is based in contract, tort, or another cause of action, the Contractor’s liabilityfor all damages suffered by Canada caused by the Contractor’s performance of or failure toperform the Contract is limited to $10 million per incident or occurrence to an annual aggregateof $20 million for losses or damage caused in any one year of carrying out the Contract, eachyear starting on the date of coming into force of the Contract or its anniversary. This limitation ofthe Contractor’s liability does not apply to nor include:

(a) Any infringement of intellectual property rights;

(b) Any breach of warranty obligations;

(c) Any liability of Canada to a third party arising from any act or omission of the Contractor inperforming the Contract; or

(d) Any loss for which the policies of insurance specified in the Contract or any other policies ofinsurance held by the Contractor would provide insurance coverage.

3. Each Party agrees that it is fully liable for any damages that it causes to any third party inconnection with the Contract, regardless of whether the third party makes its claim againstCanada or the Contractor. If Canada is required, as a result of joint and several liability, to pay athird party in respect of damages caused by the Contractor, the Contractor must reimburseCanada for that amount.

4. The Parties agree that nothing herein is intended to limit any insurable interest of the Contractornor to limit the amounts otherwise recoverable under any insurance policy. The Parties agreethat to the extent that the insurance coverage required to be maintained by the Contractor underthis Contract or any additional insurance coverage maintained by the Contractor, whichever isgreater, is more than the limitations of liability described in sub article (2), the limitationsprovided herein are increased accordingly and the Contractor shall be liable for the higheramount to the full extent of the insurance proceeds recovered.

5. If, at any time, the total cumulative liability of the Contractor for losses or damage suffered byCanada caused by the Contractor’s performance of or failure to perform the Contract, excludingliability described under subsection 2(a), (b), (c) and (d) exceeds $40 million, either Party mayterminate the Contract by giving notice in writing to the other Party and neither Party will makeany claim against the other for damages, costs, expected profits or any other such loss arisingout of the termination. However, no such termination or expiry of the Contact shall reduce orterminate any of the liabilities that have accrued to the effective date of the termination butwhich liabilities are subject to the limitations as specified in sub-article (1) through (4) above.

6. The date of termination pursuant to this Article, shall be the date specified by Canada in itsnotice to terminate, or, if the Contractor exercises the right to terminate, in a notice to the

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 30 of - de 65

Contractor from Canada in response to the Contractor’s notice to terminate. The date oftermination shall be in Canada’s discretion to a maximum of 12 months after service of theoriginal notice to terminate served by either Party pursuant to sub-article 5, above.

7. In the event of a termination under this Article, the Contract will automatically remain in force

subject to all of the same terms and conditions until the date of termination and the Contractoragrees that it will be paid in accordance with the applicable provisions as set out in the Basis ofPayment, Annex B and that the Contractor's liability remains as specified in subarticles (1)through (4), above.

8. Nothing shall limit Canada’s other remedies, including Canada’s right to terminate the Contractfor default for breach by the Contractor of any of its obligations under this Contract,notwithstanding that the Contractor may have reached any limitation of its liability hereunder.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 31 of - de 65

ANNEX A

Technical Specification

See attached document

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 32 of - de 65

ANNEX B

BASIS OF PAYMENT FIRM PRICE

Remark to Bidder: Annex B will form the Basis of Payment for the resulting contract andshould not be filled in at the bid submission stage.

B1 Contract Firm Price

$_______________ Total Firm PriceD)

$________________________% applicable TaxesB)

$_______________

Known Work For work as stated in Contract Clause 1.2 a), Specified in Annex “A”and detailed in the attached Pricing Data Sheets Appendix 1 of thisAnnex B, for a FIRM PRICE of:

A)

B2 Unscheduled Work

Payment for Unscheduled Work:

The Contractor will be paid for unscheduled work arising, as authorized by Canada. Theauthorized unscheduled work will be calculated as follows:

Number of hours (to be negotiated) X $_____, being the Contractor's firm hourly charge-outlabour rate which includes overhead and profit, plus net laid-down cost of materials to which willbe added a mark-up of ten (10) percent, plus Goods and Services Tax or Harmonized Sales Tax,if applicable, calculated at five (5) percent of the total cost of material and labour. The firmhourly charge-out labour rate and the material mark-up will remain firm for the term of theContract and any subsequent amendments.

B2.1: Notwithstanding definitions or useage elsewhere in this document, or in the Bidder’s CostManagement System, when negotiating Hours for unscheduled work, PWGSC willconsider only those hours of labour directly involved in the production of the subject workpackage.Elements of Related Labour Costs identified in B2.2 below, will not be negotiated, butwill be included in the firm hourly Charge-out Labour Rate in accordance with paragraphB2.2

B2.2: Allowance for Related Labour Costs such as: Management, Direct Supervision,Purchasing and Material Handling, Quality Assurance and Reporting, First Aid, Gas FreeInspecting and Reporting, and Estimating will be included as Overhead within the firmhourly Charge-out Labour Rate entered in line B2 above.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 33 of - de 65

B2.3: The 10% mark-up rate for materials will also apply to subcontracted costs. The mark-uprate includes any allowance for material and subcontract management not allowed for inthe Chargeout Labour Rate. The Contractor will not be entitled to a separate labourcomponent for the purchase and handling of materials or subcontract administration.

B3 OvertimeNo overtime work shall be compensated for under the Contract unless authorized in advance and inwriting by the Contracting Authority. Any request for payment must be accompanied by a copy ofthe overtime authorization and a report containing such details as Canada may require with respectto the overtime work performed. Compensation for authorized overtime will be calculated in thefollowing manner:

a. For Known Work, the Contractor will be paid the original contract price plus agreed overtimehours paid at the following premium rates; or,

b. For Unscheduled Work, the Contractor will be paid for agreed overtime hours paid at the firmhourly Charge-out Labour Rate above plus the following premium rates:

Premium for Time and one half: $ ______ per hour; or,

Premium for Double time $ ______ per hour

The above premiums rates shall be calculated as follows:

Premium for time and one half:

½ (that portion of the firm Hourly Charge-out Labour Rate in B2 that is directly attributable to salarycost plus related certified fringe benefits) times 7.5% (representing profit)

Premium for double time: (that portion of the Unscheduled Work firm Charge-out Labour Rate in B2 that is directly attributable

to salary cost plus related certified fringe benefits) times 7.5% (representing profit)

These premiums will remain firm for the duration of the Contract, including all amendments andare subject to audit by Canada, and to retroactive adjustment if Canada discovers that the premiumshave not been calculated in accordance with the formulae, above.

B4 Daily Services Fee

In the event of a delay in the performance of the Work that lengthens the Work Period beyond thedate specified in this Contract, and if such delay is recognized and agreed upon by the ContractingAuthority as being attributable to Canada, Canada agrees to pay the Contractor the daily servicesfee, described below, for each day of such delay. This fee shall be the sole liability of Canada to theContractor for the delay.

The firm daily services fee is:(a) For a working day: $_______________

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 34 of - de 65

(b) For a non-working day: $_______________

The above fees shall include but not be limited to, all aspects of the following costs: AdministrativeSupport, Production Services, Quality Assurance, Material Support, Planned Maintenance and ShipServices, and all other resources and direct costs needed to maintain the Vessel at the Contractor'sfacility, including all items listed in B4. These fees are firm and not subject to any additional chargesfor mark-up or profit.

B4 Cost of all Services is Included in Contract Price

All charges, fees expenses and disbursements incidental to the carrying out of the Work, including allitems described in Supplemental General Conditions 1029 (2010-08-16) Ship Repair, section (07), areincluded in the Contract Price for the Work, including, without limitation:

1. Services: include all costs for ship services such as water, steam, electricity, etc., required forvessel maintenance for the duration of the Contract.

2. Docking and Undocking include:

(a) all costs resulting from drydocking, wharfage, security, shoring, shifting and/or moving ofthe vessel within the Contractor’s facility;

(b) the cost of services to tie up the vessel alongside and to cast off.

Unless specified otherwise, the vessel will be delivered by Canada to the Contractor’s facilityalongside a mutually agreed safe transfer point, afloat and upright, and the Contractor will do thesame when the Work is completed.

3. Field Service Representatives/Supervisory Services: include all costs for field servicerepresentatives/supervisory services including manufacturers' representatives, engineers, etc.

4. Removals: include all costs for removals necessary to carry out the Work and will be theresponsibility of the Contractor whether or not they are identified in the specifications, exceptthose removals not apparent when viewing the vessel or examining the drawings. TheContractor will also be responsible for safe storage of removed items and reinstalling them oncompletion of the Work. The Contractor will be responsible for renewal of components damagedduring removal.

5. Sheltering, Staging, Cranage and Transportation: include the cost of all sheltering, stagingincluding handrails, cranage and transportation to carry out the Work as specified.

The Contractor will be responsible for the cost of any necessary modification of these facilities tomeet applicable safety regulations.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 35 of - de 65

ANNEX C

INSURANCE REQUIREMENTS

C.1 Ship Repairers' Liability Insurance (2014-06-26)

1) The Contractor must obtain Ship Repairer's Liability Insurance and maintain it in forcethroughout the duration of the Contract, in an amount usual for a contract of this nature, but fornot less than $10,000,000 per accident or occurrence and in the annual aggregate.

2) The Ship Repairer's Liability insurance must include the following:

a) Additional Insured: Canada is added as an additional insured, but only with respect toliability arising out of the Contractor's performance of the Contract. The interest ofCanada as additional insured should read as follows: Canada, represented by PublicWorks and Government Services Canada.

b) Waiver of Subrogation Rights: Contractor's Insurer to waive all rights of subrogationagainst Canada as represented by Fisheries and Oceans Canada - Canadian CoastGuard and Public Works and Government Services Canada for any and all loss of ordamage to the vessel, however caused.

c) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authoritythirty (30) days written notice of cancellation.

d) Contractual Liability: The policy must, on a blanket basis or by specific reference to thecontract, extend to assumed liabilities with respect to contractual provisions.

e) Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policymust protect all insured parties to the full extent of coverage provided. Further, thepolicy must apply to each Insured in the same manner and to the same extent as if aseparate policy had been issued to each.

C.2 Commercial General Liability Insurance (2014-06-26)

1. The Contractor must obtain Commercial General Liability Insurance, and maintain it in forcethroughout the duration of the Contract, in an amount usual for a contract of this nature, but fornot less than $10,000,000 per accident or occurrence and in the annual aggregate.

2. The Commercial General Liability policy must include the following:

a) Additional Insured: Canada is added as an additional insured, but only with respect toliability arising out of the Contractor's performance of the Contract. The interest ofCanada should read as follows: Canada, as represented by Public Works andGovernment Services Canada.

b) Bodily Injury and Property Damage to third parties arising out of the operations of theContractor.

c) Personal Injury: While not limited to, the coverage must include Violation of Privacy,Libel and Slander, False Arrest, Detention or Imprisonment and Defamation ofCharacter.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 36 of - de 65

d) Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policymust protect all insured parties to the full extent of coverage provided. Further, thepolicy must apply to each Insured in the same manner and to the same extent as if aseparate policy had been issued to each.

e) Blanket Contractual Liability: The policy must, on a blanket basis or by specific referenceto the Contract, extend to assumed liabilities with respect to contractual provisions.

f) Employees and, if applicable, Volunteers must be included as Additional Insured.

g) Employers' Liability (or confirmation that all employees are covered by Worker'scompensation (WSIB) or similar program)

h) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authoritythirty (30) days written notice of policy cancellation.

i) If the policy is written on a claims-made basis, coverage must be in place for a period ofat least 12 months after the completion or termination of the Contract.

j) Owners' or Contractors' Protective Liability: Covers the damages that the Contractorbecomes legally obligated to pay arising out of the operations of a subcontractor.

k) Sudden and Accidental Pollution Liability (minimum 120 hours): To protect theContractor for liabilities arising from damages caused by accidental pollution incidents.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 37 of - de 65

ANNEX D

INSPECTION/QUALITY ASSURANCE/QUALITY CONTROL

D.1 Inspection and Test Plan (ITP):

1. The Contractor must prepare an Inspection and Test Plan (ITP) comprising individual inspection andtest plans for each specification item of this project, in accordance with the Quality Standard and itsQuality Control Plan. The ITP must be submitted to the Inspection Authority for review andamended by the Contractor to the satisfaction of the Inspection Authority.

a. Each ITP must contain all inspection points identified in the Technical Specification highlightingany mandatory points that must be witnessed by the Inspection Authority and other "hold" pointsimposed by the Contractor to ensure the quality of the work.

b. Milestone delivery date for the ITP is given in the Contract, however individual ITPs should beforwarded for review as developed.

2. Coding:

a. Each Inspection and Test Plan (ITP) is to be coded for identification clearly demonstrating asystematic approach similar to the following (Contractor's system should be defined in its QualityControl Plan):i. Prefixes for Inspections, Test and Trials:

� Prefix "1" is a Contractor inspection, i.e. 1H-10-01, 1H-10-02;� prefix "2" is a Contractor post repair test, i.e. 2H-10-01; and� prefix "3" is a Contractor post repair trial, i.e. 3H-10-01.�

b. Specification items followed by assigned sequence numbers for inspection processes within eachSpecification Item; and

c. Cross reference to a verification document number

3. Inspection and Test Plan Criteria:

Inspection criteria, procedures and requirements are stated in the specifications, drawings, technicalorders and reference standards invoked by the Specifications. Test and trial documentation mayalso be included or referenced in the Specifications. An individual Inspection and Test Plan (ITP) isrequired for each Specification item.

a. All ITPs must be prepared by the Contractor in accordance with the above criteria, its QualityPlan, and must provide the following reference information:

i. the ship's name; ii. the Specification item number;iii. equipment/system description and a statement defining the parameter which is being

inspected;iv. a list of applicable documents referenced or specified in the inspection procedure;v. the inspection, test or trial requirements specified in the Technical Specification;vi. the tools and equipment required to accomplish the inspection;vii. the environmental conditions under which the inspections are to be conducted and the

tolerances on the inspection conditions;

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 38 of - de 65

viii. a detailed step-by step procedure of how each inspection is to be performed, conformanceparameters, accept/reject criteria and recording of results, deficiencies found and descriptionof corrective action(s) required;

ix. name and signature of the person who prepared the plan, date prepared and amendmentlevel; and,

x. names and signatures of the persons conducting and witnessing the inspection, test or trial.

4. Contractor Imposed Testing:

Tests and trials in addition to those given in the Techncial Specification must be approved by theInspection Authority.

a. Amendments: Amendment action for the Inspection and Test Plans must be ongoingthroughout the refit and reflect the inspection requirements for unscheduled work.Amendments must be submitted as developed, but not less frequently than once everysecond week.

D.2 Conduct of Inspection

1. Inspections must be conducted in accordance with the ITP.

2. The Contractor must provide its own staff or subcontracted staff to conduct inspections, tests andtrials; excepting that Technical Authority or Inspection Authority personnel may be designated in thespecifications, in which case the Contractor must ensure that its own staff are provided in support ofsuch inspection/test/trial.

3. The Contractor must ensure that the required conditions stated in the ITP prevail at thecommencement of, and for the duration of, each inspection/test/trial.

4. The Contractor must ensure that personnel required for equipment operation and records takingduring the inspection/test/trial are briefed and available at the start and throughout the duration of theinspection/test/trial. Tradesmen or FSRs who may be required to effect minor changes oradjustments in the installation must be available at short notice.

5. The Contractor is to coordinate the activities of all personnel taking part in each inspection/test/trialand ensure that safe conditions prevail throughout the inspection/test/trial.

D.3 Inspection Records and Reports

1. The Contractor on the inspection record, test or trials sheets as applicable must record the results ofeach inspection. The Contractor must maintain files of completed inspection records consistent withthe Quality Standard and its Quality Plan for this project.

2. The Contractor's QC representative (and the FSR when required) must sign as having witnessed theinspection, test or trial on the inspection record. The Contractor must forward originals of completedinspection records, together with completed test(s) and/or trials sheets to the Inspection Authority asthey are completed.

3. Unsatisfactory inspection/test/trial results, for which corrective action cannot be completed during thenormal course of the inspection/test/trial, will require the Contractor to establish and record the causeof the unsatisfactory condition to the satisfaction of the Inspection Authority. Canada representatives may assist in identification where appropriate.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 39 of - de 65

4. Corrective action to remove cause of unsatisfactory inspections must be submitted to the InspectionAuthority in writing by the Contractor, for approval before affecting such repairs and rescheduling ofthe unsatisfactory inspection/test/trial. Such notices must be included in the final records passed tothe Inspection Authority.

5. The Contractor must undertake rectification of defects and deficiencies in the Contractor'sinstallation or repair as soon as practicable. The Contractor is responsible to schedule such repairsat its own risk.

6. The Contractor must reschedule unsatisfactory inspections after any required repairs have beencompleted.

7. Quality Control, Inspection and Test records that substantiate conformance to the specifiedrequirements, including records of corrective actions, must be retained by the Contractor for three(3) years from the date of completion or termination of the Contract and must be made available tothe Inspection Authority upon request.

D.4 Inspection and Trials Process

1. Drawings and Purchase Orders

a. Upon receipt of two (2) copies of each drawing or purchase order, the designated InspectionAuthority will review its content against the provisions of the Specifications. Wherediscrepancies are noted, the Inspection Authority will formally advise all concerned, in writingusing a Discrepancy Notice. The resolution of any such discrepancy is a matter for consultationbetween the Contractor and other Crown Authorities.

The Inspection Authority is NOT responsible for the resolution of discrepancies.

2. Inspection

a. Upon receipt and acceptance of the Contractor’s ITP, inspection will consist of a number ofInspection Points supplemented by such other inspections, tests, demonstrations and trials asmay be deemed necessary by the Inspection Authority to permit him to certify that the work hasbeen performed in compliance with the provisions of the Specifications. The Contractor must beresponsible for notifying the designated Inspection Authority of when the work will be availablefor inspection, sufficiently in advance to permit the designated Inspection Authority to arrange forthe appropriate inspection.

b. The Inspection Authority will inspect the materials, equipment and work throughout the projectagainst the provisions of the Techncial Specification and, where non-conformances are noted,will issue appropriate INSPECTION NON-CONFORMANCE REPORTS.

c. The Contract requires the implementation of a Quality Assurance/Quality Control system, so theInspection authority must require that the Contractor provide a copy of its internal inspectionreport pertaining to a work item before conducting the requested inspection. If third partyinspections are required by the Contract (e.g. inspections by a certified CWB 178.2 weldinginspector), the reports of these inspections must be required before the Work is inspected by the Inspection Authority.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 40 of - de 65

d. The QA/QC system is a requirement, so if the documentation is presented to the InspectionAuthority before an inspection stating that the Work is satisfactory but the Inspection Authorityfinds that the Work has not been satisfactorily inspected, the Inspection Authority must issue anInspection Non-conformance Report against the Work and another against the failure of theContractor's QA/QC system.

e. Before carrying out any inspection, the Inspection Authority must review the requirements for theWork and the acceptance and/or rejection standards to be applied. Where more than onestandard or requirement is called up and they are potentially conflicting, the Inspection Authoritymust refer to the order of precedence in the Contract to determine the standard or requirement tobe applied.

3. Inspection Non-conformance report

a. An Inspection Non-conformance report will be issued for each non-conformance noted by theInspection Authority. Each report will be uniquely numbered for reference purposes, will besigned and dated by the Inspection Authority, and will describe the non-conformance.

b. When the non-conformance has been corrected by the Contractor and has been re-inspectedand accepted by the Inspection Authority, the Inspection Authority will complete the Report byadding an applicable signed and dated notation.

c. At the end of the project, the content of all Inspection Non-conformance Reports which have notbeen signed-off by the Inspection Authority will be transferred to the Acceptance Documentsbefore the Inspection Authority's certification of such documents.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 41 of - de 65

4. Tests, Trials, and Demonstrations

a. To enable the Inspection Authority to certify that the Work has been performed satisfactorily,in accordance with the Contract and Specifications, the Contractor must schedule,co-ordinate, perform, and record all specified Tests, Trials and Demonstrations required bythe Inspection Authority.

b. Where the Specifications contain a specific performance requirement for any component,equipment, sub-system or system, the Contractor must test such component, equipment,sub-system or system to the satisfaction of the Inspection Authority, to prove that thespecified performance has been achieved and that the component, equipment, sub-systemor system performs as required by the specifications.

c. Tests, trials and demonstrations must be conducted in accordance with a logical, systematicschedule which must ensure that all associated components and equipment are provenbefore sub-systems demonstration or testing, and that sub-systems are proven beforesystem demonstration or testing.

d. Where the Specifications do not contain specific performance requirements for anycomponent, equipment, sub-system or system, the Contractor must demonstrate suchcomponent, equipment, sub-system or system to the satisfaction of the Inspection Authority .

e. Not used

f. The Contractor must co-ordinate each test, trial and demonstration with all interested parties,including the Inspection Authority; Contracting and Technical Authorities; regulatoryauthorities; Classification Society; Sub-contractors; etc. The Contractor must provide theInspection Authority and other Crown Authorities with a minimum of five working daysnotice of each scheduled test, trial, or demonstration.

g. The Contractor must keep written records of all tests, trials, and demonstrations conducted.

h. The Contractor must in all respects be responsible for the conduct of all tests and trials inaccordance with the requirements of the Contract.

i. The Inspection Authority and the Technical Authority reserve the right to defer starting orcontinuing with any sea trials for any reasonable cause including but not limited to adverseweather, visibility, equipment failure or degradation, lack of qualified personnel andinadequate compliance with safety standards.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 42 of - de 65

ANNEX E

WARRANTY

2030 (2014-06-26) General Conditions Higher Complexity Goods are hereby amended, by deletingsection 2030 22 (2008-05-12), Warranty and replacing it as follows:

E.1 Section 22 Warranty

1. At the discretion of the Minister, the Contractor will replace or make good at its own expense anyfinished work, excluding Government Issue incorporated therein, which becomes defective or which failsto conform to contract requirements as a result of faulty or inefficient manufacture, material orworkmanship.

2. Notwithstanding prior acceptance of the finished work, and without restricting any other term of theContract or any condition, warranty or provision implied or imposed by law, the Contractor herebywarrants that the following shall be free from all defects and shall conform with the requirements of thecontract:

(a) The painting of the underwater portion of the hull for a period of three hundred and sixty-five (365)days commencing from the date of undocking, except that the Contractor will only be liable to repairand/or replace to a value to be determined as follows:

Original cost to Canada of the underwater painting Work, divided by three hundred and sixty-five (365)days and multiplied by the number of days remaining in the warranty period. The resultant wouldrepresent the "Dollar Credit" due to Canada from the Contractor.

(b) All other painting Work for a period of three hundred and sixty-five (365) days commencing from thedate of acceptance of the Work;

(c) all parts and material provided by the Contractor for a period of three hundred and sixty-five (365)days commencing from the date of acceptance of such parts or material;

(d) All other items of Work for a period of ninety (90) days commencing from the date of acceptance ofthe Work, except that:

(i) the warranty on the Work related to any system or equipment not immediately placed incontinuous use or service shall extend for a period of ninety (90) days from the date of acceptance of thevessel;

ii) for all outstanding defects, deviations, and Work items listed on the Acceptance Document atDelivery, the Warranty will be ninety (90) days from the subsequent date of acceptance for each item.

3. If more than one warranty period applies, in accordance with the above, to any Work, then thewarranty shall be for the longest period.

4. The Contractor agrees to pass to Canada, and exercise on behalf of Canada, all warranties on theMaterials supplied or held by the Contractor which exceed the periods indicated Above.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 43 of - de 65

E.2 Warranty Procedures

E2.1 Scope

a. The following are the procedures which suit the particular requirements for warrantyconsiderations for a vessel on completion of a refit.

E2.2 Definition

a. There are a number of definitions of “warranty” most of which are intended to describe its forceand effect in law. One such definition is offered as follows:

“A warranty is an agreement whereby the vendor’s or manufacturer’s responsibility for performance of itsproduct is extended for a specific period of time beyond the date at which the title to the product passesto the buyer.”

E2.3 Warranty Conditions

a. General Conditions 2030, Higher Complexity - Goods are augmented by clauses incorporatedinto the subject Contract.

b. The warranty periods may be stated in more than one part.

i. 90 days commencing from the day the PWGSC 1205 Acceptance Document is signed forworkmanship provided by the contractor for the refit work specified;

ii. 365 days from the date of undocking the vessel for the specified areas of underwater paintand topside painting;

iii. 365 days commencing from the day the PWGSC 1205 Acceptance Document is signed forparts and material provided by the contractor for the refit work specified;

iv. Any other specific warranty periods that may be required in the contract or offered by theContractor.

c. The foregoing does not cover the disposition of other deficiencies that will be directly related toTechnical Authority problem areas of the following nature:

i. items becoming unserviceable that were not included in the refit specification;ii. refit specifications or other related documentation requiring amendments or corrections to

increase viability; andiii. work performed that is directly related to the Technical Authority.

E2.4 Reporting Failures With Warranty Potential

a. The initial purpose of a report of a failure is to facilitate the decision as to whether or not toinvolve warranty and to generate action to effect repairs. Therefore in addition to identification,location data, etc. the report must contain details of the defect. Warranty decisions as a generalrule are to be made locally and the administrative process is to be in accordance with proceduresas indicated.

b. These procedures are necessary as invoking a warranty does not simply mean that the warrantorwill automatically proceed with repairs at his expense. A review of the defect may well result in adisclaimer of responsibility, therefore, it is imperative that during such a review the Department

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 44 of - de 65

is directly represented by competent technical authority qualified to agree or disagree with thewarrantor’s assertions.

E2.5 Procedures

a. Immediately it becomes known to the Ship's Staff that an equipment/system is performing belowaccepted standards or has become defective, the procedures for the investigation and reportingare as follows:

i. The vessel advises the Technical Authority when a defect, which is considered to be directlyassociated the refit work, has occurred.

ii. On review of the Specification and the Acceptance Document, the Technical Authority inconsort with Ship's Staff is to complete the Tombstone Data and section 1 of the WarrantyClaim Form and forward the original to the Contractor for review with a copy to the PWGSCcontracting Authority. If the PWGSC Contracting or Inspection Authority is unable to supportwarranty action, the Defect Claim Form will be returned to the originator with a briefjustification. (It is to be noted that in the latter instance PWGSC will inform the Contractor ofits decision and no further action will be required of the Contractor.

Warranty defect claims may be forwarded in hard copy, by fax or by e-mail whichever format isthe most convenient.

iii.. Assuming the Contractor accepts full responsibility for repair, the Contractor completesSection 2 and 3 of the Warranty Claim Form, returns it to the Inspection Authority whoconfirms corrective action has been completed, and who then distributes the form to theTechnical Authority and the PWGSC Contracting Authority.

b. In the event that the Contractor disputes the claim as a warranty defect, or agrees to share, thecontractor is to complete Part 2 of the Warranty Claim Form with the appropriate information andforward it to the Contracting Authority who will distribute copies as necessary.

c. When a warranty defect claim is disputed by the Contractor, the Technical Authority may arrangeto correct the defect by in-house resources or by contracting the work out. All associated costsmust be tracked and recorded as a possible charge against the contractor by PWGSC action.Material costs and manhours expended in correcting the defect are to be recorded and enteredin Section 5 of the warranty defect claim by the Technical Authority who will forward the warrantydefect claim to the PWGSC Contracting Authority for action. Defective parts of equipment are tobe retained pending settlement of claim.

d. Defective equipment associated with potential warranty should not normally be dismantled untilthe contractor’s representative has had the opportunity to observe the defect. The necessarywork is to be undertaken through normal repair methods and costs must be segregated as apossible charge against a contractor by PWGSC action.

E6.1 Liability

a. Agreement between the Contracting Authority, Inspection Authority, Technical Authority and theContractor will result in one of the following conditions:

i. The contractor accepts full responsibility for costs to repair or overhaul under the warrantyprovisions of the contract;

ii. The Technical Authority accepts full responsibility for repair and overhaul of item concerned; or

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 45 of - de 65

iii. The Contractor and the Technical Authority agree to share responsibility for the costs to repair oroverhaul the unserviceable item, in such cases the PWGSC Contracting Authority will negotiatethe best possible sharing arrangement.

b. In the event of a disagreement as in paragraph 5c, PWGSC will take necessary action with thecontractor while the Technical Authority informs its Senior Management including pertinent dataand recommendations.

c. The total cost of processing warranty claims must include accommodation and travel costs of thecontractor’s employees as well as equipment/system down time and operational constraints.Accordingly, the cost to remediate the defect, in manhours and material, will be discussedbetween the Contracting/Inspection Authorities and the Technical Authority to determine the bestcourse of action.

E2.7 Alongside Period For Warranty Repairs and Checks

a. If at all possible, an alongside period for the vessel is to be arranged just before the expirationof the 90 day warranty period. This alongside period is to provide time for warranty repair andcheck by the contractor.

b. In respect to the underwater paint, should it become defective during the associated warrantyperiod the contractor is only liable to repair to a value determined as follows:“Original cost to Canada for painting and preservation of the underwater section of the hull,divided by three hundred and sixty-five (365) days days and multiplied by the number of daysremaining in the three hundred and sixty-five (365) days day warranty period. The resultantwould represent the ‘Dollar Credit’ due to Canada from the Contractor.”

c. The Underwater paint system, before expiration of the warranty, should be checked by divers.The Technical Authority, is to arrange the inspection and inform the Contracting Authority of anyadverse results.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 46 of - de 65

Appendix 1 of Annexe E

Travaux publics et Servicesgouvernementaux Canada

Public Works and Government Services Canada

Warranty ClaimRéclamation De Garantie

2. Contractor’s Investigative Report – Le rapport investigateur de l'entrepreneur

Contact Information – l'information de contact

______________________________ ________________________

Name – Nom Tel. No. - N ° Tél

__________________________________________ ____________________________ Signature – Signature Date

1. Description of Complaint – Description de plainte

Effect on Vessel OperationsEffet sur des opérations de navire

Critical Degraded Operational Non-operationalCritique Dégradé Opérationnel Non-opérationnel

Contractor – Entrepreneur

Warranty Claim Serial No.Numéro de série de réclamation de garantie

Customer Department – Ministère client

Contract No. - N ° de contratFile No. – N° de dossierVessel Name – Nom de navire

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 47 of - de 65

__________________________________________________________________ _____________________________________________ Signature – Signature Date

4. PWGSC Review of Warranty Claim Action – Examen d'action de réclamation de garantie par TPSGC

____________________________________________________________________ _____________________________________________Contractor’s Name and Signature – Nom et signature de l’entrepreneur Date of Corrective Action - Date de modalité de reprise

____________________________________________________________________ ______________________________________________Client Name and Signature - Nom et signature de client Date

3. Contractor’s Corrective Action – La modalité de reprise de l'entrepreneur

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 48 of - de 65

ANNEX F

VESSEL CUSTODY

F1 Vessel Custody1. This work is going to take place with the vessel “out of commission” and therefore in the “care,

control and custody” of the Contractor.

2. An “ACCEPTANCE CERTIFICATE - ASSUMPTION OF CUSTODY OF FEDERALGOVERNMENT SHIPS BY SHIPYARDS” (attached as Appendix 1 to this Annex F) shall becompleted as required and a copy passed to the Inspection Authority.

3. To facilitate this turnover, representatives of the Contractor and Canada shall confirm thecondition of the vessel.

4. A vessel condition report shall be appended to the above noted certificate and shall beaccompanied by colour photographs or videos in either conventional or digital format.

5. When the vessel is to be returned to the “care, control and custody” of Canada, an“ACCEPTANCE CERTIFICATE - RESUMPTION OF CUSTODY OF FEDERAL GOVERNMENTSHIPS BY THE CLIENT DEPARTMENT” (Attached as appendix 2 to this Annex F) shall becompleted and a signed copy passed to Canada for distribution.

UNMANNED REFIT: à Valider

During the majority of the contract period, the CCGS Garde Côte shall be unmanned. As aresult, the ship shall be placed in the care and custody of the Contractor as described in theTechncial Specification.(?) However, access to the vessel shall not be denied to CCG, PWGSCand TCMSB personnel by the Contractor. Every effort will be taken to ensure that vessel accessby these personnel shall not interfere or conflict with the Contractor's work.

Cleaning: Contractor to ensure that all spaces, compartments and areas of the ship are “asclean as found” when work is completed. The cost of clean-up work shall be included in thequote for each specification item.

CCG / PWGSC Offices : notwithstanding the fact that the vessel will be unmanned, theContractor shall respect the directives included in the Technical Specification in regard to theprotection and the layout of the cabines onboard the vessel.

Parking: Sufficient parking for CCG and PWGSC representatives shall be providedconveniently close to the berthed or docked vessel. The available parking should be sufficientfor a maximum of three (3) vehicles at any given time.

GENERAL (MANNED):

The services as described in H.D-02 shall be supplied, fitted and/or connected whenever ship'screw are living aboard the ship. This is expected to include the time period after arrival at theContractor’s facility and prior to formal handover to the Contractor. The services shall also to beprovided after the vessel has been returned to the care and custody of the ship's crew untilsigning of the acceptance document and departure of the ship from the Contractor's facilities.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 49 of - de 65

The Contractor shall be responsible for any additional disconnections and re-connectionsrequired when the ship is moved between dock / slipway and any berth at the Contractor'spremises. The Contractor is to quote a global price and daily rates for these services accordingto his proposed schedule which will determine the planned length of time that the vessel is notunder his control.

GENERAL (UNMANNED): à Valider

The services as described in H.D-02 shall be supplied, fitted and/or connected upon formalhandover to the Contractor, and maintained throughout the period that the ship is under theContractor's control. Contractor to be responsible for any additional disconnections andre-connections required when the ship is moved between dock / slipway and any berth at theContractor's premises. The Contractor is to quote a global price and daily rates for theseservices according to his proposed schedule which will determine the planned length of time thatthe vessel is under his control.

Care and Custody: During the contract period, the ship shall be placed in the custody of theContractor who shall be responsible for all safety and security matters pertaining to the vessel.As the ship will not be de-stored, the Contractor shall provide whatever security arrangementsare required to safeguard CCG and DFO equipment and material that remains onboard duringthe contract period.

Security Watches: During the contract period, the Contractor shall provide and maintain acontinuous, 24 hour-per-day, 7 day-per-week security watch consisting of at least one (1) mobilesecurity patroller. The patroller are to provide mobile safety and security checks throughout thevessel. The patrols shall be adequate to ensure integrity against personal injury, fire and flood inaccordance with Part II of the Canada Labour Code, as well as to ensure that the ship remainsfree from damage and/or theft resulting from unauthorized entry or activity.

Turnover: The turnover of the ship to and from the Contractor shall be carried out on acompartment-by-compartment basis with a Contractor's Representative and the Chief Engineer(or Representative) in attendance.

As part of the initial turnover, the Contractor shall provide the services of a qualifiedphotographer (who is to be identified as a Sub-contractor) to accompany the abovementionedpersons and take a minimum of six (6) digital colour photographs of each compartment andpassageway: one (1) each looking forward, aft, port, starboard, up and down. The Contractorshall supply two (2) sets of printed copies of the photographs, bound and organized by deck leveland compartment name, to the Chief Engineer within seven (7) days of the ship's arrival at theContractor's facilities.

In addition to the photographs, the Contractor is to prepare compartment inspection sheets foreach space for signature at the time of turnover. After sign-off, copies of the inspection sheetsare to be given to the Chief Engineer and placed on the door of each compartment or in eachpassageway.

On completion of the photographic survey and compartment inspections, and once theinspection sheets have been posted, the Chief Engineer shall provide the Contractor'sRepresentative with keys as required for access to all areas of the ship's interior spaces.Turnover to the Contractor shall be finalized by completion of an "Assumption of CustodyCertificate" to be supplied by CCG.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 50 of - de 65

When custody is returned to CCG, a "Resumption of Custody Certificate" shall be completedafter completion of a second compartment inspection survey and return of all keys to the ChiefEngineer.

The Contractor shall be responsible for the safe transfer of the ship between it’s pre/post-dockingberth and it’s docking blocks. During docking and undocking of the ship, radio contact is to bemaintained between the vessel's Commanding.

Officer and the Contractor's Docking Officer if the vessel is crewed at these times. If the shipis unmanned at the docking and undocking, the safe movement of the ship shall be the soleresponsibility of the Contractor.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 51 of - de 65

APPENDIX 1 OF ANNEX F

ACCEPTANCE CERTIFICATE - ASSUMPTION OF CUSTODY OF FEDERAL GOVERNMENT SHIPSBY SHIPYARDS

TURNOVER OF CUSTODY of CCGS ___________________

Contract Serial Number :___________________

I, (Contractor's Representative) on behalf of _______________________ take over the responsibility for the said Vessel from the Departmentof Fisheries and Oceans. This take over of responsibilities is effective at ,Province of on the day of , 2014, at hours.

_________________________(Signature - Contractor's Representative)

_________________________(Witness)

I, ___ (Vessel's Master or Chief Engineer) on behalf of the Department ofFisheries and Oceans, turn over the custody and responsibility for the said Vessel to theContractor. This turn-over effective at , Province of on the day of , 2014, at hours.

____________ (Signature - Vessel's Master)

___________ (Witness)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 52 of - de 65

APPENDIX 2 OF ANNEX F

ACCEPTANCE CERTIFICATE - RESUMPTION OF CUSTODY OF FEDERAL GOVERNMENT SHIPSBY THE CLIENT DEPARTMENT

RESUMPTION OF CUSTODY of CCGS ______________________

Contract Serial Number :___________________

I, (Contractor's Representative) on behalf of _______________________ turn-over the responsibility for the said Vessel to the Department of Fisheries and Oceans. This turn-over effective at , Province of onthe day of , 2014, at hours.

________________________(Signature - Contractor's Representative)

_________________________(Witness)

I, (Vessel's Master or Chief Engineer) on behalf of the Department ofFisheries and Oceans, accept the resumption of custody and responsibility for the said Vesselfrom the Contractor. This turn-over effective at,_______ Province of _________ on the day of , 2014, at hours.

_________________________(Signature - Vessel's Master)

_________________________ (Witness)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 53 of - de 65

Annex G

Security Requirements Check List

(NOT USED)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 54 of - de 65

ANNEX H

Project Management Services

NOT USED)

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 55 of - de 65

ANNEX I

Financial Bid Presentation Sheet

I0 Proposed Docking Facility Location: ______________________________

I1 Price for Evaluation

$________________

EVALUATION PRICEGST Excluded, [A + B + C + D]: For an EVALUATION PRICE of :

F)

$________________Vessel Transfer CostAs per Note I6:

D)

$_______________

Daily Service Fees for evaluation purpose onlyAs per Clause I4 i) Twenty (20) working days X $_______ firm daily service fee =$____________; plusii) Eight (8) non-working days X $_____ firm daily service fee =$____________

C)

$_______________

Unscheduled Work Contractor Labour Cost:Estimated labour hours at a firm hourly Charge-out Labour Rate,including overhead and profit for evaluation purpose only: 1,000 person hours X $_____ per hour for a PRICE of:See Note I2.1 and I2.2 below.?

B)

$_______________

Known Work For work as stated in Part 1 Clause 2a, Specified in Annex “A” anddetailed in the attached Pricing Data Sheets Appendix 1 of Annex “I”,for a FIRM PRICE of:

A)

I2 Unscheduled WorkThe Contractor will be paid for unscheduled work arising, as authorized by the Minister,calculated in the following manner:

"Number of hours (to be negotiated) X $__________ your firm hourly Charge-out Labour Ratewhich includes Overhead and profit, plus net laid-down cost of materials to which shall beadded a 10% mark-up, plus Goods and Services Tax or Harmonized Sales Tax as applicable,of the total cost of material and labour. The firm hourly Charge-out Labour Rate and thematerial mark-up will remain firm for the duration of the Contract and any subsequentamendments thereto."

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 56 of - de 65

I2.1: Notwithstanding definitions or useage elsewhere in this document, or in the Bidder’s CostManagement System, when negotiating Hours for unscheduled work, PWGSC willconsider only those hours of labour directly involved in the production of the subject workpackage.Elements of Related Labour Costs identified in I2.2 below, will not be negotiated, but willbe compensated for in accordance with paragraph I2.2 It is therefore incumbent uponthe Bidder to enter values in the above table which will result in fair compensation,regardless of the structure of their Cost Management System.

I2.2: Allowance for Related Labour Costs such as: Management, Direct Supervision,Purchasing and Material Handling, Quality Assurance and Reporting, First Aid, Gas FreeInspecting and Reporting, and Estimating will be included as Overhead for the purposesof determining the Charge-out Labour Rate entered in line I2 above.

I2.3: The 10% mark-up rate for materials will also apply to subcontracted costs. The mark-uprate includes any allowance for material and subcontract management not allowed for inthe Chargeout Labour Rate. The Contractor will not be entitled to a separate labourcomponent for the purchase and handling of materials or subcontract administration.

I3 OvertimeNo overtime work shall be compensated for under the Contract unless authorized in advance and inwriting by the Contracting Authority. Any request for payment must be accompanied by a copy ofthe overtime authorization and a report containing such details as Canada may require with respectto the overtime work performed. Compensation for authorized overtime will be calculated in thefollowing manner:

a. For Known Work, the Contractor will be paid the original contract price plus agreed overtimehours paid at the following premium rates; or,

b. For Unscheduled Work, the Contractor will be paid for agreed overtime hours paid at the quotedCharge-out Labour Rate plus the following premium rates:

Premium For Time and one half: $ ______ per hour; or,

Premium For Double time $ ______ per hour

.Premium for time and one half:

½ (that portion of the firm Hourly Charge-out Labour Rate in I2 that is directly attributable to salarycost plus related certified fringe benefits) times 7.5% (representing profit)

Premium for double time: (that portion of the Unscheduled Work firm Charge-out Labour Rate in I2 that is directly attributable

to salary cost plus related certified fringe benefits) times 7.5% (representing profit)

These premiums will remain firm for the duration of the Contract, including all amendments andare subject to audit by Canada, and to retroactive adjustment under the Contract if Canada discoversthat the premiums have not been calculated in accordance with the formulae, above.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 57 of - de 65

I4 Daily Services FeeIn the event of a delay in the performance of the Work that lengthens the Work Period beyond thedate specified in this Contract,, and if such delay is recognized and agreed upon by the ContractingAuthority as being attributable to Canada, Canada agrees to pay the Contractor the daily servicesfee, described below, for each day of such delay. This fee shall be the sole liability of Canada to theContractor for the delay.

The firm daily services fee is:(a) For a working day: $_______________

(b) For a non-working day: $_______________

The above fees shall include but not be limited to, all aspects of the following costs: AdministrativeSupport, Production Services, Quality Assurance, Material Support, Planned Maintenance and ShipServices, and all other resources and direct costs needed to maintain the Vessel at the Contractor'sfacility including all items listed in I5. These fees are firm and not subject to any additional chargesfor mark-up or profit.

I5 Cost of all Services is Included in Contract Price

All charges, fees expenses and disbursements incidental to the carrying out of the Work, including allitems described in Supplemental General Conditions 1029 (2010-08-16) Ship Repair, section (07), areincluded in the Evaluation Price for the Work, including, without limitation:

1. Services: include all costs for ship services such as water, steam, electricity, etc., required forvessel maintenance for the duration of the Contract.

2. Docking and Undocking include:

(a) all costs resulting from drydocking, wharfage, security, shoring, shifting and/or moving ofthe vessel within the successful Bidder's facility;

(b) the cost of services to tie up the vessel alongside and to cast off.

Unless specified otherwise, the vessel will be delivered by Canada to the successful Bidder'sfacility alongside a mutually agreed safe transfer point, afloat and upright, and the successfulBidder will do the same when the Work is completed.

3. Field Service Representatives/Supervisory Services: include all costs for field servicerepresentatives/supervisory services including manufacturers' representatives, engineers, etc.

4. Removals: include all costs for removals necessary to carry out the Work and will be theresponsibility of the Contractor whether or not they are identified in the specifications, exceptthose removals not apparent when viewing the vessel or examining the drawings. The uccessfulBidder will also be responsible for safe storage of removed items and reinstalling them oncompletion of the Work. The successful Bidder will be responsible for renewal of componentsdamaged during removal.

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 58 of - de 65

5. Sheltering, Staging, Cranage and Transportation: include the cost of all sheltering, stagingincluding handrails, cranage and transportation to carry out the Work as specified.

The successful Bidder will be responsible for the cost of any necessary modification of thesefacilities to meet applicable safety regulations.

I6 Vessel Transfer Costs1. The Evaluation Price shall include the cost for transferring the vessel from its home port to the

shipyard/ship repair facility where the majority of the Work will be undertaken and the cost ofreturning the vessels to their home port following completion of the Work, in accordance with thefollowing:(a) The bidder shall enter on Line I0, the location of the shipyard/ship repair facility where it

proposes to undertake the Work. The applicable vessels' transfer costs provided undersection 3. of this clause shall be entered into table I1.

(b) Should the list in section 3. of this clause not provide the shipyard/ship repair location wherethe bidder intends to undertake the Work, then the bidder must advise the ContractingAuthority, in writing, no later than five calendar days prior to the bid closing date, of itsproposed location for undertaking the Work. The Contracting Authority will acknowledge tothe bidder, in writing, no later than three calendar days prior to the bid closing date, thelocation of the shipyard/ship repair and confirm the applicable vessel transfer cost.

A Bid that specifies a location for undertaking the Work which is not in the list under section3. of this clause, and for which a notification in writing has not been received by theContracting Authority five days prior to the bid closing date, shall be deemed to benon-responsive.

2. Transfer costs, in this case, are based on using a government delivery crew and include the fuelcost at the vessel's most economical speed of transit and crew transportation costs for thedelivery crew based on the location of the vessel's home port and the shipyard/ship repairfacility.

3. Round trip transfer costs applicable to the following facilities are:

$2,876.00Île-aux-Coudres, QcIndustries Océan Inc.$2,101.00Lévis, QCChantiers Davie Inc.

Transfer CostCityCompany

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 59 of - de 65

Appendix 1 of Annex I

$_________RUDDERSH.D.-5

$_________

4.3 Provide 15 hours of crane service (including fees; labourer, signaleur, signalman, etc.)Hourly rate _______$ / hour X 15 hours

$_________STAGING AND CRANES (Excluding section 4.3 hereafter)H.D.-4

$_________INSPECTION AND ADDITIONAL WORKH.D.-3

$_________$________Total :

$________2.11 Vessel’s Custody(See Annex “F” Vessel Custudy)

$________2.10 Drains (oily water)

Price par liter: ______ $ / liter x 600 liters :

$________2.9 Protection of corridors

$________Connect/Disconnect :

$________Service :

2.8 Telephone lines & Internet

$________2.7 Vessel’s clean-up

$________2.5 Garbage disposal

$________2.4.2 Fresh Water Supply (8 water containers of 18 liters)

Price per water container : $______ X 8 containers :

$________2.4.1 Fire Hoses

2.4 Fresh Water

$________Connect/Disconnect :

$________Servicee $____ / KWh x 10 000 Kwh :

2.3 Shore power (10 000KWh)

$________2.2 Gangway

SERVICESH.D.-2

$_________DRYDOCKING, BLOCKING AND UNDOCKINGH.D.-1

Firm priceDescription Item

PRICING DATA SHEET

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 60 of - de 65

$________Total:

$________Price per ft2 of isulation (removal and remplacement)

__________ $ / ft2 X 100 feet2

$________Price per linear feet of welding ( 3 passes)

$ ________ / ft (3 passes) X 100 linear feet

$________Price per kilograme (kg) of steel

$ __________ / kg X 347.5 kg

$_________

HULL BOTTOM REPAIR AND PLATING JOINT WELDING 100 feet2 (350 kg) of shell plating and100 linear feet of weld seams.

H.D.-9

$________Total:

$________8.3 Drainage of Residues Price per liters: $______ / liter x 50liters

$________Fuel Tank No.4

$________Fuel Tank No.3

$________Fuel Tank No.2

$________Fuel Tank No.1

8.2 Tank cleaning:

$_________

$________8.1 Fuel Transfer and Storage (600 gallons):

FUEL TANKSH.D.-8

$_________VALVESH.D.-7

$________Total:

$________Unit Price $_______/anode (3 pounds) X 12 anodes

$________Unit Price $_______ /anode (1 pound) X 16 anodes

$_________

6.4 Anodes replacement (28 anodes)

$_________

GRIDS, SEA CHESTS AND ZINC ANODES(excluding Item 6.4 hereafter)

H.D.-6

Firm priceDescription Item

PRICING DATA SHEET

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 61 of - de 65

$________ANCHOR AND CABLEH.D.-13

$________ FREEBOARD, DRAFT MARKS AND IDENTITY PROGRAM MARKINGH.D.-12

$________Total:

$________

11.4 Painting1st coat Intershield 300 $________ / ft2 X 195 feet2

2nd coat Interguard 263 $________ / ft2 X 973 feet2

3rd coat Interthane 990 $________ / ft2 X 973 feet2

4th coat Interthane 990 $________ / ft2 X 973 feet2

$________11.3 Sweep sandblasting (sweep to acquire proper attachment profil)778 feet2 (remaining) $________ / ft2 X 778feet2

$________11.2 Sandblasting SA2 $_______ / ft2 X 195feet2

$________11.1 Cleaning - Fresh water High presure wash (3000psi) $_______ / ft2 X 973 feet2

$________

PAINTING ABOVE WATERLINE , PLATNIG 973 feet2

(20% paint detachment for an area of 195 feet2)H.D.-11

$________Total:

$________

10.10 Painting1st coat Intershield 300 $______ / ftt2 X 410 feet2

2nd coat Interguard 263 $______ / ft2 X 1362 feet2

3rd coat Interspeed 640 $______ / ft2 X 1362 feet2

4th coat Interspeed 640 $______ / ft2 X 1362 feet2

$________10.5 Sweep sandblasting (sweep to acquire proper attachment profil)952 feet2 (remaining) $_______ / ft2 X 952feet2

$________10.4 Sandblasting SA2 ½ $_______ / ft2 X 410feet2

$________10.3 Protections (including protections required for Items H.D.-11 & H.D.-15.)

$________10.2 Unit price for a shelter (including shelter for H.D.-11 & H.D.-15 Items.)

$________10.1 Cleaning - Fresh water High presure wash (3000psi) $_______ / ft2 X 1362 feet2

$________

BOTTOM PAINTING 1362 feet2

(30% of détachment of the paint, for an area of 410 feet2).H.D.-10

Firm priceDescription Item

PRICING DATA SHEET

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 62 of - de 65

14.17 MOORING CLEATS (3)

$________

14.16 STARBOARD ENGINE EXHAUST PIPE SEALS REPLACEMENT$________ / seal X 3 seals

$________14.15 BILGE SYSTEM LEAK $________ / hour X 48 hours (materialextra)

$________14.14 BATHROOM VENTILATION EXHAUST PIPE

$________14.13 VENTS FABRICATION (2) $________ / vent X 2vents

$________14.12 SCUPPERS FABRICATION (2) $________ / scuppers X 2scuppers

$________14.11 BILGE PUMP SEAT

$________14.10 LIGHTING REPLACEMENT (2)

$________ / lights (4 feet explosion proof luorescent) X 2 lights

$________

14.9 ELECTRIC OUTLETS INSTALLATION (4)$________ / outlet120volts/1phase/double outlet X 4 outletss

$________Price for opening / closing of bulkhead penetrations (transits) (6) $______ / transit X 6transits

$________Price for removal of electric cable electriques $________ / linear ft X 250feet

14.7 REMOVAL OF ELECTRIC CABLES (250 ft ) INCLUDING BULKHEADPENETRATION (transits) (6)

$________14.6 MAIN DECK HATCH COVERS (6) $________ / hatch X 6hatches

$________14.5 MODIFICATION OF LIFERAFT CRADLES (2) _______ $ / cradle X 2 cradles:

$________14.4 TESTING OF BILGE SYSTEM $________ / hour X 24 hours (materialextra)

$________14.3 BLACK WATER VACUUM SYSTEM LEAK $____ / hour X 16 hour (materialextra)

$________14.2 REPLACEMENT ACCOMMODATION OF FLOOR PANELSPrice for access pannels repairs $_______ / feet2 X 50feet2

$________14.1 CLEANING, SANDBLASTING $ PAINTING OF ACCOMMODATION BOTTOMPrice for cleaning, sandblasting and painting $_______ / feet2 X 215feet2

$________

MISCELANEOUS WORKSH.D.-14

Firm priceDescription Item

PRICING DATA SHEET

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 63 of - de 65

$ _______ 17.7 à 17.9 (inclusive) Fabrication of new sounding system

$ _______ 17.2 à 17.6 (inclusive) Removal of equipment

OUTRIGGERS AND MULTIBEAMH.D.-17

$________

16.7 Twenty four (24) prussian blue adjsutments (including propellers handling) Price _________$ / adjustment X 24 adjustments

$_______ PROPELLERS (excluding Item 16.7 below)

$________

16.6 Replace two (2) ‘’PSS’’ seals Price $ ________ / seal X 2 seals

$________ Propeller Shafts (2) (excluding Item 16.6 below)

PROPELLER SHAFTS AND PROPELLERSH.D.-16

$________Total:

$________

15.4 PaintingMain Deck 1st coat Intershield 300 $______ / ft2 X 972feet2 2nd coat Interbond 501 $_____ / ft2 X972 feet2 3rd coat Interbond 501+ antidérapant $_______/ ft2

X 972 feet2

Wheelhouse Top 1st coat Interseal 670HS $______ / ft2 X 320feet2 2nd coat Interthane 990 $_____ / ft2 X320 feet2 3rd coat Interthane 990 $______ /ft2 X 320 feet2

$________

15.3 Sweep blasting Sweep sandblasting (sweep to acquire proper attachment profil)$________/ ft2 X 904 feet2

$________15.2 Sandblasting SA2 (including protections) $________ / ft2 X 388 feet2

$________15.1 Cleaning - Fresh water High presure wash (3000psi) $______ / ft2 X 1292 feet2

$________

CLEANING AND PAINTING OF MAIN DECK (972 ft2) AND WHEELHOUSE TOP (320 ft2)(30% of detachment, for a total of 388 feet2)

H.D.-15

$________Total:

$________14.21 RADAR PLATFORM

$________14.20 AIR CONDITIONING UNIT GASKET

$________14.19 WHEELHOUSE TOP OLD BATTERY BOX

$________14.18 FIRE BUCKET SUPPORT

$________Refurbishing of cleats. $________ / cleat X 3cleats

Firm priceDescription Item

PRICING DATA SHEET

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 64 of - de 65

$_______ A) SCHEDULED WORK - FIRM PRICE TOTAL

$_______ $ _______ Total:

$ _______ 17.17 Painting

$ _______ 17.16 Repositioning of anchor

$ _______ 17.15 Electric and electronic systems

$ _______ 17.13 Hydraulic system

$ _______ 17.11 & 17.12 Installation of new sounding system

$ _______ 17.10 Supply of hydraulic cylinder

Firm priceDescription Item

PRICING DATA SHEET

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur

F3032-14N435/A qcl036

Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME

F3032-14-N435 QCL-4-37092

Page 65 of - de 65

CCGS COAST GUARD 03 (Summer 2014)

C.C.G.S. COAST GUARD 03

“Drydock Refit Specification”

Summer 2014

Sébastien Bélanger October 2013Vessel Maintenance ManagerNaval Engineering - RefittingTechnical Services BranchDFO/Canadian Coast Guard

CCGS COAST GUARD 03 (Summer 2014)

TABLE OF CONTENTS COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 1

H.D.-1 DRYDOCKING, BLOCKING AND REFLOATING

H.D.-2 SERVICES

H.D.-3 INSPECTION AND ADDITIONAL WORK

H.D.-4 STAGING AND CRANES

H.D.-5 RUDDERS

H.D.-6 GRIDS, SEA CHESTS AND ZINC ANODES

H.D.-7 VALVES

H.D.-8 FUEL TANKS

H.D.-9 HULL BOTTOM REPAIR AND PLATING JOINT WELDING

H.D.-10 BOTTOM PAINTING

H.D.-11 PAINTING ABOVE THE WATERLINE, PLATING

H.D.-12 FREEBOARD, DRAUGHT MARKS AND IDENTITY PROGRAM MARKING

H.D.-13 ANCHOR AND CABLE

H.D.-14 MISCELLANEOUS WORK

H.D.-15 CLEANING AND PAINTING THE MAIN DECK

H.D.-16 PROPELLER SHAFT AND PROPELLER

H.D.-17 OUTRIGGERS AND MULTIBEAM

CCGS COAST GUARD 03 (Summer 2014)

REFERENCES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 1

“DRAWINGS”

The following plans are included in this specification:

Arrangement of machinery space 05508-03

Location of speed log transducer unit 05508-04

General arrangement - Elevation and top view of the wheelhouse

05513-01

General arrangement - Main deck, lower deck 05513-02

Modifications to sensor arm fasteners 05513-11

General arrangement of machinery space 05513M01

Shafting & rudder stock plans 05513M02

Rudder stock, rudder trunk & post 109-13

Docking plan Docking plan

PSS Seal Seal

Detail of arms HD-1700

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-1 DRYDOCKING, BLOCKING AND REFLOATING COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 1

1.1 Ship's particulars Overall length: 60 ft. 8 in.

Moulded length: 20 ft. 0 in.

Moulded width (each hull): 7 ft. 0 in.

Distance between hulls: 6 ft. 0 in.

Moulded hollow: 6 ft. 9 in.

Draught (freshwater): 5 ft. 11 in.

Displacement: 75 M.T.

1.2 The shipyard is responsible for mooring the vessel at the dock

adjacent to the docking facilities that will serve for drydocking,

including installation and removal of a gangway provided by the

shipyard. The shipyard is also responsible for moving the vessel to

the docking facilities and returning the vessel to the same dock

following completion of the work in dry dock.

1.3 The shipyard shall supply the labour, materials and equipment

required for blocking, towing and undocking the vessel, including lay

days throughout the dry docking period.

Allow sufficient height for removing the rudder stocks.

1.4 Do not let the transducer plates of the four (4) echo sounders rest on

the keelblocks. Two (2) of the sounders are located between frames

9 and 10 of the port and starboard hull and the other two (2) echo

sounders are located between frames 6 and 7 of the port and

starboard hull.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-1 DRYDOCKING, BLOCKING AND REFLOATING COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 2

1.6 Offsetting of misplaced keelblocks will be undertaken at the

shipyard’s expense.

1.7 Immediately after drydocking, install four (4) supports to support the

aft of the vessel’s two (2) hulls.

1.8 A four (4) hours sea trial shall take place after refloating once all

work specified herein has been completed. The trial will be

conducted at full thrust for two (2) full hours of sea trial. Two (2)

people (plus a supervisor) will be required during the trials. The

shipyard shall provide mooring dockhands.

1.9 The shipyard shall supply the necessary material and labour to

identify hull frame and bulkhead numbers, to facilitate their exterior

inspection. The shipyard will be responsible for maintaining the

numbering until the vessel is refloated.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-2 SERVICES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 3

2.1 The following services, for which one price must be submitted, are to

be provided to the vessel while it is at dock and in dry dock. This

price will cover the entire contract period.

2.2 Supply the labour and services for installation and removal of a

gangway, handling of mooring lines and installation of a safety net

under the gangway, during drydocking and the mooring period. The

gangway will be supplied by the shipyard.

2.3 During the vessel’s stay in the shipyard and dry dock, supply

material and labour to connect and disconnect, one (1) electrical

cable connecting the vessel to a source of alternating current at 600

volts and a 25 KVA capacity. The price of the electricity will be

determined by installation and reading of a meter and will be paid or

credited on completion using Form 1379. (Provide a unit price in

kilowatt-hours). For bidding purposes, consider 10 000 kWh of

consumption.

2.4 Supply material and labour to install necessary connections and

supply fresh water necessary to provide the services described

hereunder throughout the entire drydocking period. Disconnect upon

completion of work.

2.4.1 Provide installation of a non-pressurized fire hose ready for

use at all times with the hose lengths required to cover the

entire vessel.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-2 SERVICES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 4

2.4.2 Supply drinking water for the needs of the vessel while in dry

dock (8 water containers). The price of the water shall be

included in your bid.

2.5 Provide a sanitary container near the vessel for the vessel’s waste,

to be emptied daily during the drydocking period.

2.6 The shipyard shall authorize personnel of the Canadian Coast Guard

(CCG) to work onboard the vessel.

2.7 The vessel shall be delivered on completion of the work in the same

state of cleanliness with which it entered dry dock.

2.8 Provide a telephone line to the vessel’s internal communication

centre. The telephone line shall be disconnected at the end of

drydocking. The telephone line shall be maintained 24 hours a day,

providing communications to the exterior at all times. Billing of long

distance calls is to be sent to the attention of the representative of

the Fisheries and Oceans Canada/Coast Guard Integrated Technical

Services/Marine Engineering for the Quebec Region.

2.9 To avoid damage to the floors of the passageways, supply and install

1/15” thick cardboard to the surface of the interior decks, both the

main deck (wheelhouse and data acquisition room) and the lower

decks located in the 2 hulls. The surface to be covered is 342 ft2;

installation shall be done as soon as the vessel enters dry dock.

Replace the cardboard as needed when it is damaged.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-2 SERVICES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 5

2.10 When the vessel is on keelblocks, remove the two drain plugs at the

port and starboard engine rooms and empty the vessel’s bilge,

providing for a total of 600 litres of oily water, which shall be

disposed of at the shipyard’s expense in the manner prescribed by

regulation.

2.11 The shipyard will have custody and responsibility for the vessel upon

delivery. See paragraph 7.29 of the resulting contract for reference. The

CCG will provide a pager connected to the vessel’s alarms. A shipyard

employee shall be responsible for the pager 24/7 for the entire period

that the shipyard is responsible for the ship. In addition, the shipyard

shall send an employee onto the ship to correct any situation causing

an alarm within less than one (1) hour.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-3 INSPECTION AND ADDITIONAL COMMENTSWORK

Sébastien Bélanger GC/STI/Naval Engineering 6

3.1 The work is to be inspected and completed to the full satisfaction of

the representative of the CCG Integrated Technical Services/Marine

Engineering or the representative's delegate.

3.2 Upon completion of each item of the specification, the CCG

representative shall be notified so that he may inspect the work

before final closure of the items and completion thereof.

3.3 Failure to notify the CCG representative does not relieve the

shipyard of its responsibility to provide him with the opportunity to

inspect any item completed.

3.4 Inspection of any item by the CCG representative is not a substitute

for the inspections required by the Transport Canada Marine Safety

(TCMS).

3.5 The shipyard will also be responsible for communicating with TCMS

representatives to plan the inspection visits required by the work.

The contractor shall ensure that visits by the TCMS inspector are

optimized. Inspection costs will be covered by the CCG.

3.6 The shipyard shall provide the vessel’s Chief Engineer with four (4)

complete log books in addition to an electronic copy of all

measurements and readings recorded during the work described

hereafter, as well as any additional work arising from inspection of

the vessel’s underside and its machinery. A new blocking plan will be

presented by the shipyard to take painting into account.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-3 INSPECTION AND ADDITIONAL COMMENTSWORK

Sébastien Bélanger GC/STI/Naval Engineering 7

3.7 Any additional work not described in this specification shall be

negotiated using Form PWGSC-TPSGC 1379. The description of

the work to be done will be prepared by the CCG representative and

negotiations will then be undertaken by the representative of Public

Works and Government Services Canada (PWGSC) to obtain a

reasonable firm price, before the work concerned begins.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-4 STAGING AND CRANES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 8

4.1 Supply the material and labour required to erect scaffolding for all

work to be carried out on the ship's hull, notably the entire

submerged area, the non-submerged area, propellers, rudders, etc.,

as well as additional work. These scaffolds are to be removed at the

completion of each job.

4.2 Provide a crane and crane operator service including a signaler and

the staff necessary for the work to be done during drydocking.

4.3 Supply the services of a shipyard crane for fifteen (15) hours for the

vessel’s general needs (indicate an hourly rate).

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-5 RUDDERS COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 9

5.1 Dismount the rudder stock as shown in drawing 109-13.

5.2 Remove the steering gear linkages from each rudder stock in the

compartments located in the aft section of the vessel.

5.3 Remove the crossbar connecting the two rudders.

5.4 Loosen the rudder locking nuts.

5.5 Remove the retaining collars from each rudder.

5.6 Using a hydraulic lift, push each rudder outward; provide exterior

support to prevent damage to the rudders.

5.7 Before disassembling, it will be necessary to take up the clearance

between the rudder stocks and their bearing. Record this clearance in a

measurement logbook.

5.8 Clean rudder stocks and rudder trunks and take size readings of stocks

and bearings. Check keys and keyways with penetrant fluid or any

other method approved by TMCS.

5.9 Following inspection by representatives of TMCS and the CCG, reinstall

rudder systems and make them operational.

5.10 Replenish packing boxes with packing supplied by the shipyard. There

are four (4) layers of 1/2" caulking per rudder trunk, and the material is

made of Teflon or an approved equivalent.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-6 GRIDS, SEA BAYS, SEA CHEST COMMENTSAND SACRIFICIAL ANODES

Sébastien Bélanger GC/STI/Naval Engineering 10

6.1 Supply the material and labour required to clean the interior of

the main engine seawater tanks with high a pressure water jet

(3000 psi).

6.2 Remove the grids at the start of work and replace them at the

end of the work after the tanks have been painted.

6.3 Reassemble everything using new 316L stainless steel bolts.

Secure each bolt with a stainless steel spring pin or secure two

(2) bolts with a section of stainless steel sheet metal.

6.4 Replace all of the vessel’s zinc anodes, which will be provided

by the shipyard. There are 28 zinc anodes, 4 anodes weighing

one (1) pound per rudder, 4 anodes weighing one (1) pound and

6 anodes weighing three (3) pounds on each of the hulls.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-7 VALVES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 11

7.1 Provide the material and labour required to dismantle, clean and

grind the hull valves.

7.2 All valves shall be reinstalled after inspection with new caulking

and gaskets supplied by the shipyard. Material used shall be of

marine grade approved by the CCG representative.

7.3 Complete overhaul of the four valves on the fuel tanks as well as

their remote control rod. The valves must be dismantled and

reconditioned in the workshop. Material used (bolts, caulking,

gaskets) shall be new. Their proper functioning and sealing

(hydrostatic test) shall be demonstrated to the CCG

representative.

7.4 Confirm that there is a check valve on the seawater discharge

hull valves from the two generators and that they are operating

correctly.

7.5 Any damaged valves shall be repaired or replaced. Costs will be

adjusted on Form PWGSC-TPSGC 1379.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-7 VALVES COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 12

List of valves

ITEM DIAMETER LOCATION DESCRIPTIONS QUANT.

#1 1 1/2" Port sea valve Bilge pump 220 check valve 1

#2 1 1/2" Port sea valve CAT generator check valve 1

#3 3/4" Port sea valve 12-volt bilge pump check valve 2

#4 3/4" Port sea valve Check valve around emergency exit 1

#5 3" Port sea valve Main engine seawater inlet valve 1

#6 2" Port sea valve CAT generator seawater inlet valve 1

#7 3/4" Port sea valve Ventilation seawater inlet valve 1

#8 1 1/2" Starboard sea valve Bilge pump 220 check valve 2

#9 2" Starboard sea valve CAT generator check valve 1

#10 3/4" Starboard sea valve 12-volt bilge pump check valve 2

#11 3/4" Starboard sea valve Check valve around emergency exit 1

#12 3" Starboard sea valve Main engine seawater inlet valve 1

#13 2" Starboard sea valve CAT generator seawater inlet valve 1

#14 3/4" Starboard sea valve Ventilation seawater inlet valve 1

#14 1 1/2" Starboard Accommodations Toilet outlet valve 1

#15 1 1/4" Starboard Accommodations Heads' seawater inlet valve 1

#17 1 1/4" Starboard Accommodations Washroom outlet check valve 1

#18 1 1/4" Starboard Accommodations Sink check valve 1

#19 3" Port forepeak Speed log valve 1

#20 1

#21 1

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-8 TANKS COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 13

8.1 Transfer the fuel from tanks No. 1 and No. 2, with an

approximate capacity of 300 gallons each, into clean tanks close

to the drydocking facilities and, after cleaning work has been

completed, return this fuel to each tank, through a filtration

system supplied by the shipyard.

8.2 All diesel fuel oil tanks indicated in the table below shall be

emptied, cleaned with a high-pressure water jet (3000 psi) and

ventilated long enough to air them out of all harmful and

explosive gases. Adequate forced ventilation is to be installed on

the tanks for the duration of work in these tanks. A certificate of

compliance issued by a chemist is to be posted at the entrance

to each tank and kept current. All work is to be done in

accordance with the standards and regulations governing entry

to confined spaces.

8.3 Remove drain plugs, drain diesel fuel oil tanks of residues and

dispose of the contents in accordance with environmental

protection rules. For bidding purposes, consider a total of 50

litres of residues. These tanks are to be thoroughly cleaned of

any deposits prior to being inspected by TMCS.

8.4 Afterwards, these tanks are to be reclosed with new nitrile seals,

new washers and all studs replaced with new ones. A

hydrostatic test will then be done to the satisfaction of the TMCS

inspector. The tanks are to be finally emptied and dried, then

reclosed and refilled with the fuel stored near the dry dock.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-8 TANKS COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 14

Identification Location Capacity

#1 fuel tank Port engine compartment 300 imp. gal.#2 fuel tank Starboard engine compartment 300 imp. gal.#3 fuel tank Port bow compartment 100 imp. gal.#4 fuel tank Starboard bow compartment 100 imp. gal.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-9 BOTTOM HULL REPAIR AND COMMENTSPLATING JOINT WELDING

Sébastien Bélanger GC/STI/Naval Engineering 15

9.1 For bidding purposes, provide the material and labour to replace

3/16" thick steel plate over a 100 ft.2 area (350 kg) of side

plating.

The price shall include:

� preparation of the surfaces to be changed;

� preparation and installation of the sheet metal;

� welding and grinding of joints; and

� application of a layer of metal primer inside and outside.

For bidding purposes, provide a price per kilogram of sheet metal

and a price per square foot of 2" ROXUL insulation, to be installed,

permanently attached to the structure and finished with adhesive

metal tape. This provision may be prorated following the PWGSC-

TPSGC 1379 process after inspection of the vessel’s underwater

shell by representatives from DFO and TCMS.

9.2 The contractor shall meet the ideal conditions for completing the

work in accordance with recommendations by the Canadian

Standards Welding Bureau.

9.3 Allow for grinding of welds that need to be filled (three runs) for

100 linear feet.

9.4 All new welds shall be tested with fluid penetrant to ensure they

are watertight.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-10 BOTTOM PAINTING COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 16

Preparation

10.1 The vessel's hull shall be cleaned with a high pressure (3000

psi) fresh water jet.

10.2 To ensure the proper application of paint, a temporary shelter

shall be built for the work, and be dismantled upon completion.

The shipyard shall attach in an appendix a price to supply and

install a temporary shelter to enclose the entire area of the

vessel's hull that requires painting, up to the bulwark top rail and

main deck aft. This shelter shall be weathertight and heated.

10.3 Protect all hull valves, propellers as well as the rudder bearing,

sea bay and any other area that could be altered or infiltrated by

sandblasting. The shipyard is fully liable for any damage or

premature wear caused by the sandblasting and painting.

Surface preparation and application 10.4 The area considered is approximately 1362 ft.2, including the

submerged surface of the hull and rudders. For bidding

purposes, consider that 30% of the hull surface (410 ft2) must be

sandblasted in accordance with Swedish standard SA2 1/2. For

bidding purposes, provide a price per square foot for

sandblasting in addition to paint application.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-10 BOTTOM PAINTING COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 17

10.5 The submerged surface and rudders that will not be exposed

(952 ft2) shall be cleaned and lightly sandblasted to obtain an

adequate surface roughness profile for adhesion in accordance

with the paint manufacturer’s recommendations.

10.6 The shipyard is to supply and apply International paint or an

equivalent AMERCOAT paint using the appropriate equipment

and in accordance with the paint manufacturer’s

recommendations.

10.7 All precautions shall be taken to minimize oxidation of the steel

after sandblasting by applying the International paint in

accordance with the application standards. The area that can be

prepared within the time period must therefore be defined so that

personnel can work without stopping.

10.8 Special attention shall be paid during paint application so that

the minimum dry paint thickness is obtained over the entire

surface. Any runs or sags resulting from paint application will be

repaired by the shipyard and at the shipyard's expense.

10.9 Allow for manufacturer's recommended drying time before

refloating the vessel.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-11 PLATING ABOVE COMMENTSTHE WATER LINE

Sébastien Bélanger GC/STI/Naval Engineering 18

10.10 Apply a 1st coat of INTERSHIELD 300 (aluminum colour) 6 mils

thick from the keel to 140 mm above the maximum load line on

the bare metal surfaces not coated with paint.

Apply a 2nd coat of INTERGARD 263 (red primer) (6 mils dry)

on the entire hull surface up to the load line.

Apply a 3rd and 4th coat of INTERSPEED 640, anti-fouling (red

oxide) at 4 mils dry thickness per coat on the entire hull surface

up to the load line.

11.1 The vessel's surface shall be cleaned with a high pressure (3000 psi) fresh water jet.

11.2 The area to be considered is about 973 ft2 including the area

above the load line up to the bulwark top rail and the main deck

aft. For bidding purposes, consider 20% detachment of the paint,

i.e., 195 ft2, to be sandblasted to bare metal to the commercial

(SA2) standard.

11.3 The shipyard shall provide material and labour to sandblast

clean the remaining surfaces that are not to be taken down to

bare metal. The surface shall be cleaned and lightly sandblasted

to obtain an adequate surface roughness profile for adhesion in

accordance with the paint manufacturer’s recommendations.

11.4 All precautions shall be taken to minimize oxidation of the steel

after sandblasting by applying the International paint in

accordance with the application standards. The area that can be

prepared within the time period shall therefore be defined so that

personnel can work without stopping.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-11 PLATING ABOVE COMMENTSTHE WATER LINE

Sébastien Bélanger GC/STI/Naval Engineering 19

11.5 Starting from the load line, apply one (1) coat of INTERSHIELD

300 (aluminum) 6 mils thick to all non-painted surfaces, then

apply a coat of Intergard 263 paint (red primer) 6 mils thick to the

entire plating surface above the load line.

11.6 Apply two (2) coats of Intherthane 990 Coast Guard red 509-102

0.002" dry thickness each over the surface above the load line.

The first coat shall be applied the day after application of the

Intergard 263 primer coat which is to be slightly tacky, i.e., not

completely dry.

11.7 Care is to be taken to obtain a clear and sharp separation from

the maximum load line.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-12 IDENTITY MARKINGS COMMENTSFREEBOARD, DRAUGHT MARKINGS

Sébastien Bélanger GC/STI/Naval Engineering 20

Ref.: Drawing # 02606-SF

12.1 The freeboard discs, load line and draught marks, fore and aft,

port and starboard, shall be painted with two (2) coats of white

paint compatible with the paint that will coat the ship's hull.

12.2 All the following identity markings shall also be repainted with

two (2) coats of paint.

-The name of the ship on port and starboard sides, fore and aft,

as well as the port of registry.

Also, on both port and starboard sides, diagonal white stripes

and demarking black stripes, the inscriptions “COAST GUARD”

and “GARDE CÔTIÈRE”, the official insignia of the Canadian

flag, “Danger” with the symbols for propellers.

The inscriptions "Fisheries and Oceans" and "Pêches et Océans

Canada" aft on both sides.

12.3 The contractor shall provide Interthane 990 white 513-101 paint

for all white markings and symbols and black paint for the black

stripes, compatible with the paint already applied.

The CCG will supply stickers for the lettering with the exception

of the white and black stripe and draught markings, which will be

painted by the shipyard.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-13 ANCHOR AND CABLE COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 21

13.1 Lower the anchor and cable to the bottom of the dry dock.

13.2 Clean the anchor by light sandblasting to obtain an abrasive

surface.

13.3 Paint the anchor with two coats of Interlac 665, in compliance

with the manufacturer’s recommendations.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-14 MISCELLANEOUS WORK COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 22

14.1 Clean, mechanically abrade and paint the bilges of the

accommodation and engine rooms, where accessible. The paint

used is to be the same as for the main deck in accordance with

the same recommendations (HD 15). For bidding purposes, use

215 pi2 and provide a price per square foot for adjustment

purposes.

14.2 Replace 50 ft² of flooring panels located on the accommodation

floors. The panels shall be ¾ in. marine plywood. All panels shall

be treated with an epoxy based coating. Following the coating,

Armstrong duality Premium Plus Linoleum will be installed on the

panels (color to be determined by GCC).

14.3 Find and repair vacuum leaks in the toilet black water system.

Spare parts used shall be original. Provide for 16 hours of labour

for the work. Costs will be adjusted based on the time required

for completion.

14.4 In the two engine rooms, test the bilge drainage systems. Make

necessary repairs so the systems operate normally. For bidding

purposes, provide for 24 hours of labour for the work. Costs will

be adjusted based on the time required for completion.

Demonstrate proper operation of the bilge pumping systems to

the CCG representative.

14.5 Modify the two (2) cradles to hold the liferafts correctly and

secure them in place on the wheelhouse roof. Completely

overhaul the two (2) liferafts launch ramps located on the

wheelhouse roof. SEE PHOTOS ATTACHED

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-14 MISCELLANEOUS WORK COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 23

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-14 MISCELLANEOUS WORK COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 24

14.6 Replace the gasket and adjust the six main deck hatches so they

are watertight and operate smoothly. The gasket supports are to

be mechanically sanded and painted before installing the new

gasket. The gasket shall be new and be supplied by the

shipyard. Redo the hatch drain strainers and make sure the

drains are clear. The paint used is to be the same as on the main

deck in accordance with the same recommendations.

Demonstrate hatch watertightness to the CCG representative

using a fire hose at full flow. SEE PHOTOS ATTACHED

14.7 Remove electrical wires that are no longer used in the two

engine rooms and the wheelhouse. Plan for removal of about

250 linear feet of wire. Wires for removal will be previously

identified by CCG electricians. An appendix, including the wires

to be removed and their location, will be provided to the shipyard

by the CCG before work begins. All bulkhead penetrations that

may be opened to remove the wires are to be closed properly

and watertight. SEE PHOTOS ATTACHED

14.8 The shipyard shall permit contractors hired by the CCG to come

do their work on board the vessel.

14.9 Install four (4) permanent 120 volt/1 phase/double socket

electrical outlets in the engine rooms. In each engine room,

install one outlet near the entryway and one outlet inboard. The

electrical installation shall comply with current electrical

regulations and standards. Power shall come from the

distribution panel in the wheelhouse.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-14 MISCELLANEOUS WORK COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 25

14.10 In the starboard engine room, replace the two (2) aft

incandescent lights with 4-ft explosion-proof neon lights.

14.11 Build a base to align the starboard bilge pump with its electric

motor. Mount the pump and its motor on the base and align

them. Then set it in place in the engine room and connect the

pump to its respective hoses. Do a test to make sure that the

pump and its motor are aligned and that everything operates

correctly.

14.12 Build two (2) seawater suction strainers for the two (2)

generators. SEE PHOTOS ATTACHED

14.13 Refurbish the two vents, port and starboard, of the main

seawater strainers. The vents will be redone in 3/4 NPT threaded

galvanized pipe with a 3/4 ball valve in stainless steel. The vents

will each be approximately 8 feet long.

14.14 Replace the bathroom ventilation outlet pipe with a rigid sheet

metal pipe. The pipe is approximately 6 feet with a diameter of 6

inches. SEE PHOTOS ATTACHED

14.15 Find the cause of water entry into the bilges under the starboard

accommodation and resolve the issue. For bidding purposes,

provide for 48 hours of labour for the work. Demonstrate proper

operation of the bilge pumping systems to the CCG

representative.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-14 MISCELLANEOUS WORK COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 26

14.16 Refurbish the 3 gaskets of the starboard propulsion engine

exhaust pipe. Replace the gaskets with new ones (high

temperature shielded gasket). Replace the exhaust pipe bolts

with new ones of the same type. Demonstrate exhaust pipe

sealing with the engines running.

14.17 Refurbish the three (3) mooring cleats of the main deck to

restore them to their original condition. They shall then be

repainted in accordance with the same recommendations as for

the deck paint. SEE PHOTOS ATTACHED

14.18 Rebuild a support for the fire buckets on the wheelhouse roof.

Secure it in place and paint it in accordance with the same

recommendations as for the deck paint. SEE PHOTO

ATTACHED

14.19 Remove the box (old box for batteries) from the wheelhouse roof

at the aft starboard. Dispose of the box after its removal. SEE

PHOTOS ATTACHED

14.20 Remove the air conditioning unit from the wheelhouse roof in

order to refurbish the gasket between the unit and the roof to

make it watertight. A test with a fire hose shall be done to

demonstrate the watertightness of the new gasket. Then reinstall

the air conditioning unit and demonstrate that it is operating

properly.

14.21 Build a new aluminum platform for the vessel's mast to move and

reinstall the existing radar. The base of the old radar shall be

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-14 MISCELLANEOUS WORK COMMENTS

Sébastien Bélanger GC/STI/Naval Engineering 27

removed and the wire holes filled in. All the electrical installation

will be done by CCG technicians.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-15 CLEANING AND PAINTING THE COMMENTSMAIN DECK AND WHEELHOUSE ROOF

Sébastien Bélanger GC/STI/Naval Engineering 28

15.1 The total area of the main deck is 972 ft² and the wheelhouse

roof is 320 ft². For bidding purposes, consider 30% detachment

of the paint to be sandblasted to bare metal to the commercial

(SA2) standard.

15.2 Preparation The surfaces shall be cleaned with a high pressure (3000 psi)

fresh water jet. All windows and portholes shall be closed off

during sandblasting and painting and reopened and cleaned on

completion of the work.

Throughout the sandblasting period, all the vessel’s hatches and

ventilation ducts are to be closed off to prevent sand from

entering the accommodation and engine rooms; reopen these

hatches upon completion of the work.

Protect all installed electrical equipment and fixtures. Cover all

deck equipment (winches, windlasses, fairleads, cranes, davits,

boats, supports, etc.) and navigation equipment (radar,

navigation lights, etc.) with polythene. The shipyard is fully liable

for any damage or premature wear caused by the sandblasting

and painting.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-15 CLEANING AND PAINTING THE COMMENTSMAIN DECK AND WHEELHOUSE ROOF

Sébastien Bélanger GC/STI/Naval Engineering 29

The two (2) boxes located on the aft deck and the two boxes (2)

at the forward ends shall be removed. Replace them upon

completion of the work.

15.3 The shipyard shall provide material and labour to sandblast clean

the remaining surfaces on the main deck and wheelhouse roof

that are not to be taken down to bare metal. The surfaces shall

be cleaned and lightly sandblasted to obtain an adequate surface

roughness profile for adhesion in accordance with the paint

manufacturer’s recommendations. The contractor is responsible

for cleaning up, collecting and disposing of all sand used for

cleaning.

15.4 Supply and apply the following system:

1st coat:

Main Deck INTERSHIELD 300 at 6 mils

Aluminium

Wheelhouse roof

INTERSEAL 670HS.006 in. thick

White

2nd and 3rd coat:

Main Deck INTERBOND 501, with non-skid agent for 3rd coat GMA 197, 61 per gallon, thickness: .006 in. dry.

Colour red deck (RAL 3011)

Wheelhouse roof

INTERTHAN 990 .002 in. thick

White

15.5 Application and drying time will be in accordance with each

product's specifications.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-15 CLEANING AND PAINTING THE COMMENTSMAIN DECK AND WHEELHOUSE ROOF

Sébastien Bélanger GC/STI/Naval Engineering 30

15.6 Inspection. During and after each work phase, the contractor

shall provide for and permit inspection by the Inspection

Authority and the work shall also be to the satisfaction of the

CCG representative.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-16 PROPELLER SHAFTS COMMENTSAND PROPELLER

Sébastien Bélanger GC/STI/Naval Engineering 31

16.1 Provide the material and labour required to dismantle the port

and starboard propeller and shafts.

16.2 Remove the coupling bolts of the port and starboard shaft/V-

drive. Support the shaft near the V drive coupling when taking

measurements. Clean the coupling bolts and nuts, which are

numbered and fitted.

16.3 When the vessel is dry docked, dismantle the propellers using

the key provided by the shipyard and remove the propellers from

the cone part of the shafts.

NOTE: Measurements must be taken of the wear down

dimensions of each of the shafts after removal from the

stern tubes and on each of the shaft supports near the

forward propellers and near each propeller before they

are dismantled.

16.4 All propeller shafts shall be taken to the workshop to verify their

concentricity. Verify the dimensions and concentricity of each

shaft, recording the data in the measurement log. Conduct a

Magnaflux or other approved test method on the propeller and

shaft keyways and provide a report.

16.5 Reinstall the propeller shafts in their respective stern tubes.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-16 PROPELLER SHAFTS COMMENTSAND PROPELLER

Sébastien Bélanger GC/STI/Naval Engineering 32

16.6 Replace the two (2) propeller shaft PSS seals with new ones.

The two new PSS seals are to be supplied by the shipyard. PSS

Seal details are attached in an appendix.

16.7 The propellers will be replaced by propellers supplied by the

CCG. The contractor shall perform twelve (12) propeller fits

using blue on each propeller, for a total of twenty-four (24). A

price for each fit shall be attached in an appendix. The fits may

be done on-site or in the workshop at the contractor's discretion

with the TCMS representative and the CCG representatives

present.

16.8 Reinstall the propellers and the nuts, which shall be locked in

place in accordance with the manufacturer's recommendations.

16.9 Once all the work on the two shaft lines has been completed,

they shall be realigned between the stern tubes and the V-

drives.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-17 CHANGE IN SOUNDING SYSTEM / COMMENTSINSTALLATION OF NEW SOUNDINGS

Sébastien Bélanger GC/STI/Naval Engineering 33

Objective

17.1 Remove all the vessel's old sounding systems and install and build the new system.

Removal of equipment17.2 Completely remove the current outrigger system on the

vessel's sides and bow. Cut, grind and fill in the holes from all the elements of the outrigger welded or bolted to the vessel's surface and apply a coat of paint in accordance with the recommendations in H.D. 15.

17.3 Pay special attention to sounder bases to avoid damage during removal; store them safely before giving them to the CCG.

17.4 Remove the control handles located in the wheelhouse for the side arms and cover the console holes (leave central arm handle in place). Completely remove the two control boxes on the wheelhouse roof, remove the electrical wires and fill in the wire holes so that they are level with the floor (the wheelhouse is made of aluminium).

17.5 Remove all cylinders and all outrigger hydraulic hoses and put caps on the unused hydraulic outlets. Smooth out any irregular surfaces on the decks after removing the outriggers.

17.6 Refurbish the port and starboard seals where the outriggers come out to make them level with the rest of the vessel.

See photos attached

Building of new sounding system

17.7 Provide the material and labour to build a swing pole in compliance with Concept Naval drawing C14-44-601-RO and the following reference drawings:� C14-44-601-RO Swing pole project � ENG-DWG-1000508 ENCLOSURE IMU IP68 OVERALL

AND MOUNTING

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-17 CHANGE IN SOUNDING SYSTEM / COMMENTSINSTALLATION OF NEW SOUNDINGS

Sébastien Bélanger GC/STI/Naval Engineering 34

17.8 The fixed section of the mechanism shall be painted with International paint or an equivalent approved by the Technical Authority.

17.9 The steel part shall be lightly sandblasted. Two coats of Intershield 670HS (colour: aluminium) 4 to 5 mils dry shall be applied, followed by two coats of Interthane 990 (colour: white) 2 mils dry. All the painting shall comply with the paint application recommendation.

Hydraulic cylinder

17.10 The hydraulic cylinder shall be designed for marine applications.

Installation of new sounding system

17.11 Provide the material and labour to install the sounding pole supplied by the CCG. The sounding pole shall be installed in compliance with Concept Naval drawing C14-44-601-RO Swing pole project.

17.12 The base of the pole where the sounders are located shall be assembled using 316L stainless steel coupling bolts on the pipe and sounder supports.

Hydraulic system 17.13 The sounding pole's hydraulic system shall be connected to

the old system's hydraulic system. The cylinder's operating pressure shall be approximately 8500 psi. The cylinder mustallow for the system to be hydraulically locked in a specified position (position relative to water) and to then stop it. The handle in the wheelhouse must be able to operate the hydraulic cylinder.

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-17 CHANGE IN SOUNDING SYSTEM / COMMENTSINSTALLATION OF NEW SOUNDINGS

Sébastien Bélanger GC/STI/Naval Engineering 35

Electrical system 17.14 Installation of data and power cables, as well as the entire

system for the new sounders, will be done by CCG employees and sub-contractors.

17.15 Build a system to support cables exiting the sounding pole; the system must allow for a minimum radius of curvature of 10 cm to be maintained when the cable is deployed vertically or horizontally. The shipyard shall perform the installation through the wheelhouse's aluminium bulkhead with an aluminium Roxtec bulkhead penetration supplied by the CCG in compliance with the following drawing:

CCGS COAST GUARD 03 (Summer 2014)

SECTION H.D.-17 CHANGE IN SOUNDING SYSTEM / COMMENTSINSTALLATION OF NEW SOUNDINGS

Sébastien Bélanger GC/STI/Naval Engineering 36

Passe-câble Roxtec

Câbles

Structure avant du navire

The specifications of the ROXTEC cable penetration are:External dimensions in mm (inches)

Height: 180 (7.087)Width: 141 (5.551)

Repositioning of anchor 17.16 The anchor windlass, its cable guide and its roller guide for

crossing the deck shall be relocated about three (3) feet to port. The current configuration between the vessel’s gear and structure should remain the same in order to not change the operation of the anchor. The hydraulic piping and its protections shall be adjusted to the new configuration. All of the electrical and hull work shall be done by the shipyard. The purpose of relocating the windlass is to make space for the new sounding pole.

Painting17.17 Do all painting touch-ups on the items affected by the

installation.


Recommended